Loading...
HomeMy WebLinkAboutC-5223 - 2012-2013 Traffic Signal RehabilitationNEWPORT BEACH June 26. 2014 KDC, Inc. dba Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 Subject: 2012-2013 Traffic Signal Rehabilitation — C-5223 Dear KDC, Inc. dba Dynalectric.: On June 25, 2013 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 July 2, 2013. Reference No. 2013000399284. The Surety for the contract is Travelers Casualty and Surety Company of America & Federal Insurance Company and the bond number is 105847899(TR) and 82323331(FE). Enclosed is the Faithful Performance Bond. Sincerely, /(���c VUY"� Lea. Brown, M PC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 105847899(TR) BOND NO, 82323331(FE) FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $1,271.00 being at the rate of $ e.30 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted; awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal", a contract for construction of 2012-2013 TRAFFIC SIGNAL REHABILITATION, Contract No. 5223 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5223 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America & Federal Insurance Company, duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter 'Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred One Thousand, Six Hundred Seventy -Two and 00/100 Dollars ($201,672.00) 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. 31 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond, Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contractor to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESSWHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of November 12012. DAVENPORT, D= VP & CFO KDC, Inc., dba Dynalectric (Principal) /-"'Auth6rW Signatureffitle 4462 Corporate Center Drive, Los Alamitos, CA 90720 Travelers Casualty and Surety Company of Ger r IJ America &Federal Insurance Company Name of Surety Authorized Agent Signature TR - One Tower Square, Hartford, CT 06183 FE - 15 Mountain View Road, Warren, NJ 07059 Camille Maitland, Attorney -in -Fact Address of Surety Print Name and Title TR - (732) 321-5600 FE - (908) 903.7923 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 32 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT M-•� � -r.Er.ter--r.�r--.,=c.�-.�rtsrcocoac -- � ,er.�e.... .cc .�--.Err�..�r..i-r--,�r State of California County of Orange On 11/30/12 before me, Wendy Bowling, Notary Public _ Dels- .Here Insert Name arN Ti9e b the 08icar ' personally appeared William B. Davenport WENDY BOWLING Commission- 1831346 Notary Public • California a ge County 3. 0My Comm. Expires Jan 16.2013' who proved to me on the basis of satisfactory evidence to be the personfa) whose name(cr) islare subscribed to the within instrument and acknowledged to me that heAg4a*te executed the same in hi= 4 +k& authorized capacity(iesj, and that by hisAwWOieit signature(s) on the instrument the personfs}, or the entity upon behalf of which the persorr(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 d official se Placa Nola, Seal Above .Signature72M Y Sign W ota,y Public OPTIONAL. Though the information below is not required by law, it may prove valuable to peao ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Perform _ance Bond _ Document Date: 11/28/12 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Camille Maitland Sign's Name:_ William B. Davenport I- Individual N Corporate Officer—Title(s): Exec VP/CFO J Partner — I -' Limited t7 General KliMISIRIMPINVION ❑ Attorney in Fact Ll Trusteer al. numb re J Guardian or Conservator C Other: Signer Is Representing: KDC Inc. dba Dynalectric _dba KDC Systems Number of Pages: In ual CorporaOfficer—Title(s): I" Partner — L -. ited "]General v'= Attorney in Fact L Trustee L. Guardian or Conser Other: Signer a't200-/Na4anal Nolary Associa8on•93500e Soto A... PQ ear 2402•Chats%wrlh, CA 9 1313-2402,w Nallonafttaryoq Item 45907 naomer.Ca'd-t*Freei-aC 8766627 Agbk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225023 Certificate No. 005207660 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Camille Maitland, George O. Brewster, Colette R. Chisholm, Virginia M. Lovett, and Vincent A. Walsh of the City of Garden City , State of New York , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of .guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 25th IN WITNESS WHEREOF, the Companies have caused this mstmment to be signed and their corporate seals to be hereto affixed, this day of September 2012 Farmington Casualty Company Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company LRSL,Xq ov Sol, 1,1977kSE AL.tee State of Connecticut City of Hartford as. By: +'^D� Robert L. Raney, Senior Vice President On this the 25th day of September 2012 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. atrr In Witness Whereof, I hereunto set my hand and official seal. ' � t \ W wk 1. • t� My Commission expires the 30th day of June, 2016. >� A(IBLI� # Marie C. Tetreault, Notary Public 58440-8-12 Printed in U.S.A. OF POWER OF This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary Wray appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority ashis or her certificate of authority may prescribe to sign with the Company's time and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, counsel of indemnity, or writingobligatoryin the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary,. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28th day of November 20 12 Kevin E. Hughes, Assistant Sec tary - D(R4 WSM on INWP/y -'-�.xxilLJ 333 SeAL ItR_ `'zr mmac 3 '7s.Ax+PI.�.�.,..'+° '• ,F ,INfA' To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.navelenbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State of New York, Countyof )Ss On this day of ,20 , before me personally appeared to me known, who, being by me duly Sworn, deposes and says: That he/she resides in the City of , that he/she b the of the corporation described in and which executed the within inslmmem; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed hiadta name thereto by like order. PRINCIPAL'S ACKNOWLEDGMENT—IF INDIVIDUAL OR FIRM State of New York, County of I ss. On this day of , 20 , before me personally appeared to me known to be (the inclividtal) (one of the firm of ) described in and who executed The within instrument, and hdshe thereupon duly acknowledged To me that hdshe "=red the same (as The act and decd of said firm). SURETY COMPANY'S ACKNOWLEDGMENT Sateof New York, County of Nassau )ss. On this 28th day or November 20 12 , berorcmeparramallyrappea ad Camille Maitland I to me known,who, being by meduly swan, diddep= and say: That he/she resides in HltXkvw Kings County, NY that he/she is Allomey-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within Instrument; that he/she knows the corporate seal of Bald Company; that the .seal aflixed to said IRslrument is Such corpomle seal; and that he/she signed said instrument as Avomcy-in-Fact by authority of the Board of Directors ofsaid Company; and arrant did further depose and say that the Superintendent of Insurance of the Sate of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating Laws or the Sate of New York as the insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA his/her certificate that said Canpany is qualified to became and be accepted as surely or guarantor on all bonds, undertakings, recolimaances, gaamn0es, and other obligations required or permitted by law; and that such certificate has not been reroked. - �r^d� _v � Notary Public NEILY tUE14G711W1(}I TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Ndt eery PublIC6 Surtte of MW YOfk Hartford, Connec lain 06183 Na 0IRE6218158 INVESTMENT INCOME DUE AND ACCRUED QUWM&d In Rueatts cowry FINANCIAL STATEMENT AS OF DECEMBER 31, 2011 • CaanNaloR 6lpbas March 3, 20N AS FILED WITH THE INSURANCE DEFT. OF TH E. STATE O.Fs1EW YORK 239.276.602 CAPITAL STOCK $ 8,480,000 67,832,057 ASSETS CASH AND 04VESTED CASH $ 103,657,622 BONDS - 3.525,992,354 INVESTMENT INCOME DUE AND ACCRUED 49,234,241 OTHER WVES75D ASSETS 249,171,607 PREMIUM BALANCES 239.276.602 NET DEFERRED TAX ASSET 67,832,057 REINSURANCE RECOVERABLE 10,983,463 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 7,344,066 UNDISTRIBUTED PAYMENTS 2,593.967 OTHER ASSETS 361,289 TOTAL ASSETS 8 4S 42-'7,560 LIABILITIES UNEARNED PREMIUMS $ 813,328.906 LOSSES 917,681,730 REINSURANCE PAYABLE ON PAID LOSSES 8 LOSS ADJ. EXPENSES 2,804,752 LOSS ADJUSTMENT EXPENSES 525,055,953 COMMISSIONS 33.658,691 TAXES, LICENSES AND FEES - 60,278,105 OTHER EXPENSES 29,866.613 FUNDS HEIR UNDER REINSURANCE TREATIES 95,031,416 CURRENT FEDERAL AND FOREIGN INCOME TAXES 49,086.527 REMITTANCES AND ITEMS NOT ALLOCATED 18,64051 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 31,860.277 RETROACTIVE REINSURANCE RESERVE ASSUMED 3.152,700 POLICYHOLDER DIVIDENDS 8.117.549 PROVISION FOR REINSURANCE 6,397,371 PAYABLE TO PARENT. SUBSIDIARIES AND AFFILIATES 83,766.609 PAYABLE FOR SECURITIES 1,249,903 PAYABLE FOR SECURITIES LENDING 7,344,080 CEDED REINSURANCE NET PREMIUMS PAYABLE (71,042,044) EWHEATLIA61LITY 591,943 OTHER ACCRUED EXPENSES AND UABILITIES 5111,836 TOTAL LIABILITIES S 2 CAPITAL STOCK S 6,400,000 PAID IN SURPLUS 433.803.780 OTHER SURPLUS 11211191.509 2075.268 TOTAL SURPLUS TO POLICYHOLDERS S 1G. TOTAL LIABILITIES 8 SURPLUS S 4.256.447.550• Securities Carried at $7,783,110 in the above statement are deposited with public authorities, as required by law Chubb POWER Federal Insurance Company Attn: Surety Department Surety ATTORNEY OF Vigilant Insurance Company 15 Mountain View Road �8 Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin Corporation, do each heree%y constitute and appoint Thomas Bean, Ge O. Brewster, Colette R. Chisholm, Susan Lupsid, Gerard S. Maeholz, Camille Maitland, Robert T. Pearson, Rita Sagistano of Garden City, New York each as tlek true and lawful Atomoy-In• Fad to execute under such designation in tear memos and to aNbc their corporate seals to and dell for and an their behalf as surety, ttereon at othamiea, Fonds and undertakings and Other mllings obligatory In One maure thereof Was than ball bonds) given or executed In the cause M business, and any Instruments amerldrg oraltering the same, sod consents to the moillbadon or alteration of spry rshumend referred to In said bonds orodigaeone. In Wastes Whereot, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each scrawled end attested these presents; and affixed theircarporats sofa an this 8th day of December, 2010. endd,Aselstentseereary rde.womaar,vicaPree r STATEOFNEWJERSEY / CauMyof Sornerea �' Dallas 8th dayof Dee mber,E010 betas W. a Notary Public Of NewJeMay, Personally came Kennatr C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companles which emwled the lomgdng Power al Attorney. and the said Kenneth G Wendel, be le by she day swan, did depose and say that he la Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the carpamte soft thereof, that Me wale aamd to ma faagdng Power of Attorney are sudh corporate seeks and were thereto affixed by aulhody of the BN Lawn of said Cornpenles; and that he signed said Powe of Attorney as Assistant Sears" M said Companies by like authadty; and scat he Is acquainted with cold E. Nome, Jr., and knows him to be Vice President at said Companies; and that the sgneare of David a NOM% Jr., subacdbed to said Pomr of Attorney is in the geatne handmIdng of Owa B, Norris. Jr., and was thereto sndcsodbed by authority of said ay - Lam and In deponside presence. NoWial Stall KATHH6NE 1 AOEIAAR NO ARYPUBLIC N. 6686 Of NEW 1fk8P4/ PUBLIC Gammtatt6sn bo" l6t 2614 Notary Puttee CERTIFICATION Extradfrom the Ely- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All "M of attorney far and an bsFmlf of ata Company may, and shat be executed In gra name and an behalf of the Company, esker by the C hadnnan fir the Pmaldenl or a Viz PreildeM or an Assistant Vice President, jointly Will to Secretary or an Assistant SacreMry, under their respective designations. The slgnalum of such officers may he angmvad, pdntad a IAiiogmphad. The signature, of each d the following officers: Chairman, President any Vico President arty Assistant Vice President, any Secretary, any Assistant Secretary and the seal of me Company may be affixed by Ncaimile, to any Power Of attorney or to any certificate relating thereto appdnti g AssistantSeaetades orAtomeys- In. Fad for pur oseas only of ex crlkV ad &dealing bands and undertakings and after wdtkgs obhgalory in the nature mored, and any such power of aUomeyur certificate bearing such facsimile signature or facsimile seal shag be valid and bird ng upon to Comparry and arty such power w executed and wNlled by such (acalmse signature end lawsuits sed shall be said and boding yen de Company wan respect toany bond orundertaking to Mich It Is attached" 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL NSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (0e'Compadear) do hereby cordly that III Its, foregoing extract of the By Lows of the Companies Is true and cored, I0 the Companies am fly licensed and authorized to transact surely business in all W of the United Stara of Amadwa and the District of Columbia and are authorkad by the U.S. Treasury Dep utmaa; fuller, Federal and Violent are fimnsod in Puerto Film and the U.S. Virgin Islands, and Federal Is licensed in American Samoa, Guam, and each of the ProAmea, of Canada except Pdwe Edward Island; and (lig) the foregoing Power at Affomay is lms, correct and In full race and affect Given under my hand and was of said ComPanlw at Warren, NO this Y8th Day of November, 2012 Q(0Q _ I ';- 4// IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3M Fax (908) 903-3688 e-mail: suretyOchubb.com Form 15.10- 02258- U {Ed. & W) CONSENT ACKNOWLEDGAMW OF SURETY COMPANY STATE OF AVI.t!XPA.......... t C0IJNTY OF ....Gtasrwu........ j on November 28.2012 bef= = f� ........ rr9me ......1iMjlle MaltIarW........... to Me known, who, b ft by me d* sworn, did daposs and sey; that he/she mokku in ..... .ISim. aty............... std or ........ wx.. Mat hehlre k to ASarneydirfsd of tla ...................... ._.. Federal Insurance Company .......................... ..... ihe... r [Baer de8 In �M.t.., � . Carpo whlWf R/1WMWYthe above h�trrmraQr�k that he/she bwm t o seal of said omponil0 n, mat the seal etfl>osd to Bald kwhM a! is audl ocfporats �r that 18 was ao aflbaed by the Board of Diredms of saki cote dw,, wd that hWft signed hh0gr Mena tlrerel0 by OR ardor; and to aHliwd rid ANthw.deposo and say that the supai undart of klsuranoe ar tta stats of New York, to see" 1111 of the bletuance Law of the stow of Neu Yolk, issued to Federal InsranuceCo nY .......... ........................ i Form 15-10-0313A (Rev, 3/12) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2011 (in thousands of dollars) - LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments ................ $ 151,942 Outstanding Losses and Loss Expenses..... $ 12,300,432 United States Government, State and Unearned Premiums ..................................... 3,395,082 Municipal Bonds ......................................... 10,312,572 Ceded Reinsurance Premiums Payable....... 320,332 Other Bonds .................................................. 4,146,378 Provision for Reinsurance ............................ 80,930 Stocks........................................................... 779,367 Other Liabilities ............................................. 922,290 Other Invested Assets ................................... .1,924,895 TOTAL INVESTMENTS ............................... 17,315,154 TOTAL LIABILITIES .................................... 17,019,066 Investments in Affiliates: Special Surplus Funds ................................. 222,832 Chubb Investment Holdings, Inc...... .......... 3,212,072 Capital Stock ................................................ 20,980 Pacific Indemnity Company ........................ 2,440,763 Paid -In Surplus ............................................. 3,106,808 Chubb Insurance Investment Holdings Ltd.... 1,237,556 Unassigned Funds ....................................... 10,356,926 Executive Risk Indemnity Inc ...................... 1,076,901 CC Canada Holdings Ltd ............................ 747,660 Great Northern Insurance Company .......... 436,665 SURPLUS TO POLICYHOLDERS .............. 13,707,546 Chubb Insurance Company of Australia Limited 404,315 Chubb European Investment Holdings SUP.. 251,756 Vigilant Insurance Company ....................... 233,604 Other Affiliates ............................................ 409,535 Premiums Receivable ................................... 1,470,010 Other Assets ................................................. 1,490,621 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ............................. $. 30,726,612 TOTAL ADMITTED ASSETS ...................... $ 30,726,612 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments with a carrying value of $431,309,571 are deposited with government authorities as required by law. State, County & City of New York, — ss: _ Yvonne Baker, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2011 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2011. Subscribed and sworn to before me this March 31, 2012 ® ---- I� ^ zR DOROTHY M. BAKER Assistant Secretary — Notary Public, State of New York Notary Public No. 31-4904994 Qualified in New York County Commission Expires Sept. 14, 2013 Form 15-10-0313A (Rev, 3/12) City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 105847899(TR) BOND NO. 82323331(FE) LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal," a contract for construction of 2012-2013 TRAFFIC SIGNAL REHABILITATION, Contract No. 5223 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5223 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: NC�W, THEeEFO1JE, We the undersigned Principal, and, Travelers asualty and urety ompany of America $ Federal Insurance Com any duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Two Hundred One Thousand, Six Hundred Seventy -Two and 001100 Dollars ($201,672.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 35 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be perrormed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been dbly executed by the above named Principal and Surety, on the 28th day of November 2012. WIWAM B. DAVENPORT, EXEC. VP & CFO KDC, Inc., dba Dynalectric (Principal) Aut ized Signature/Title 4462 Corporate Center Drive, Los Alamitos, CA 90720 Travelers Casualty and Surety Company of . America & Federal Insurance Company Name of Surety Authorized Agent Signature TR - One Tower Square, Hartford, CT 06183 FE - 15 Mountain View Road, Warren, NJ 07059 Camille Maitland, Attorney -in -Fact Address of Surety Print Name and Title TR - (732) 321-5600 FE - (908) 903-7923 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 36 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 11/30/12 before me, Wendy Bowling' I'Y Nota Public -_._----...._......�_ Date Here Inand Title Namo aTitle of the Officer_ � ' personally appeared William B. Davenport Name(s) of Signers} WENDY BOWLING Commission # 1831346 aa Notary Public - California Z Z Z Orange County D My Comm. Expires Jan 16, 2013 who proved to me on the basis of satisfactory evidence to be the person* whose name{&} is> w-& subscribed to the within instrument and acknowledged to me that heAAe0l4ay executed the same in hisfl w#4eir authorized capacity(4@4, and that by his'hegUair signatures) on the instrument the person(, 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. WITNESS my hand nd Signature official seal. L Place Notary sial Above s otary Public OPTIONAL, Though the information below is not required by law, it may prove valuable to pers n elying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Labor and Materials Payment Bond Document Date: 11/28/12 Signer(s) Other Than Named Above: Camille Maitland Capacity(ies) Claimed by Signer(s) Signer's Name:–__ William B. Davenport I.7 Individual X Corporate Officer — Title(s): Exec VP/CFO I I Partner L Limited U General M. U Attorney in Fact • U Trustee T of thumb I re Guardian or Conservator F] Other: Signer Is Representing: KDC Inc. dba Dynalectric dba KDC Systems Number of Pages: I..... . ........ .................. 2 Name: InuaI C Corpora Officer— Title(s): _,_ M Partner — L.. ited `_J General Attorney in Fact Trustee J Guardian or Conserv Other: Signer Ismpresenting:, Top of thumb here '12007 National Notary Association- 9350 De Soto Ave.. P.O. Box 2402 •Chatsworth, CA 91313.2402-www,NationalNolaryorg Ilam 45907 Reorder: Call TolWree 1-800.876.6827 WARN"' HIS POWER OF ATTORNEY IS INVALID WITHOUT THE-'` ZORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225023 Certificate No. n ,05207662 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Incl., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Camille Maitland, George O. Brewster, Colette R. Chisholm, Virginia M. Lovett, and Vincent A. Walsh of the City of Garden City , State of New York , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Comp es have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of September x812 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 25th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GASU,P< C,)f U.-.1"L W.?y `•:..ti��Tf its, nL::a' •bs�s NCEc�. �a�•........!a'1' ..%a°^am,$m°. hsNMN� *a State of Connecticut City of Hartford ss. By: Robert L. Raney, 86enior Vice President On this the 25th day of September 2012 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,Tl7 In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. `t'� aur► C . Mane C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State of New York, County of ) ss. On this day of 20 before me personally appeared to me known, who, being by me duly sworn, deposes and says: That he(she resides in the City of that he/she is ilia of corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. State of New York, County of PRINCIPAL'S ACKNOWLEDGMENT — IF INDIVIDUAL OR FIRM ) ss. the to said instrument is such corporate On this day of 20 before me personally appeared to me known to be (the individual) (one of the firm of )described in and who executed the within instrument, and he/she thereupon duly acknowledged to me that helshe executed the same (as the act and deed of said finn). SURETY COMPANY'S ACKNOWLEDGMENT StateorNew York, County of Nassau )ss. On this 28th day of November 20 72 before me personally appeared Camille Maitland to me known, who, being by me duly sworn, did depose and say: That he/she resides in Rx1AFxlf Ki ngs County, NY that he/she is Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seal affixed to said Instrument is such corporate seal; and that he/she signed said instrument as Attorney -in -Fact by authority of the Board of Directors of said Company; and affiant did further depose and say that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for The year 1939, constituting chapter 28 of the Consolidating Laws of the State.of New York as the Insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA his/her certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and that such certificate has not been revoked. Notary Public mof TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA N028 NELbYRENCFIofNe Hartford, Connecticut 08183 rY Po. OIic, Stabs of I3 Nl Yp* IYt). OIaiE6228]SB ns FINANCIAL STATEMENT AS OF DECEMBER 31, 2011 d6T MISSkInd In M Ma Ch 1, 11Z2OU AS FILED WITH THE INSURANCE DEPT. OF THE.STATE OF NEW YQjR CAPITAL STOCK $ 6,480,000 ASSETS LIABILITIES GASH AND INVEST EU CASH $ 103,667,622 BONDS 3,325,992,354 INVESTMENT INCOME DUE AND ACCRUED 49,234,241 OTHER INVESTED ASSETS 249,171,807 PREMIUM 13ALANCES 239,276,662 NET DEFERRED TAX ASSET 87,832,057 REINSURANCE RECOVERABLE 10,983,463 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 7,344,088 UNDISTRIBUTED PAYMENTS 2,593.967 OTHER ASSETS 361,289 TOTAL ASSETS $ 4,256,447.550 UNEARNED PREMIUMS $ 813,328,906 LOSSES 937,681,730 REINSURANCE PAYABLE ON PAID LOSSES 8 LOSS ADJ. EXPENSES 2,604,752 LOSS ADJUSTMENT EXPENSES 525,055,953 COMMISSIONS 30,858,691 TAXES, LICENSES AND FEES 60.276,105 OTHER EXPENSES 29,868,613 FUNDS HELD UNDER REINSURANCE TREATIES 95,031,416 CURRENT FEDERAL AND FOREIGN INCOME TAXES 49,086,527 REMITTANCES AND ITEMS NOT ALLOCATED 18,641,351 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 31,860,277 RETROACTIVE REINSURANCE RESERVE ASSUMED 3,152,706 POLICYHOLDER DIVIDENDS 8.117,549 PROVISION FOR REINSURANCE 6,397,371 PAYABLE TO PARENT, SUBSIDIARIES AND AFFILIATES $3,766,609 PAYABLE FOR SECURITIES 1,249,903 PAYABLE FOR SECURITIES LENDING 7,344,088 CEDED REINSURANCE NET PREMIUMS PAYABLE (71,042,044) ESCHEAT LIABILITY 591,943 OTHER ACCRUED EXPENSES AND LIABILITIES 501,4836 TOTAL LIABILITIES $ 2f604r372 282 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433.803,760 OTHER SURPLUS 1,211,791,808 TOTAL SURPLUS TO POLICYHOLDERS $ 1.652.075.268 TOTAL LIABILITIES 8 SURPLUS $ 4,256447 550 Securities carried at $7,783,110 in the above statement are deposited with public authorities, as required by law Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road U Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each herebyy constitute and appoint Thomas Bean, George ®. Brewster, Colette R_ Chisholm, Susan Lupski, Gerard S. Macholz, Camille Maitland, Robert T. Pearson,Aita Sagistano of Garden City, New York ----- - ----- - -_ w_ each as their true and lawful Attorney. in- Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to In said bonds or obligations. ihareon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed In the course of business, and any In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested thaw presents and affixed theircorporate seals on this 8th day of December, 2010. enneth. Wendel, Assistant Secretary id B. Norris, Jr., Vine Presl STATE OF NEW JERSEY County of Somerset ss' On this 8th day of December, 2010 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by ma duly swum, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companles by like authodty, and that ho tc n-upint t.4 ..e,r vice I?ru,i tent of said t ompanles; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponents presence. Notarial Seat KATHERINE I ADELAAR X07 y NOTARY PUBLIC GP NEW ORSFI a o� Na. 23116685 �0113Lic t�efnrtllefll�lt �mlg Jh18�iQ lir% Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, Jointly With the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the follovring officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to Which it is attached." 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companlesl do hereby certify that (i) Iha foregoing extract of the By- taws of the Companies is true and correct, (11) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department, further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Foderal Is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (Ili) the foregoing Power of Attorney Is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 28th Day of November, 2012 C 'k1+- trgy�� ©Nfgr Y®av`y Kenn�Cn�dd,ssistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LiSTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10.02256- U (Ed. 3- 03) CONSENT ACKNOWLEDGMENT OF SURETY COMPANY STATE OF ,.Nevy.York„ COUNTY OF ....�la;a�,su........ ss On this November 28, 2012 •••••........b.e.r.28,..r• 1.2.••....0......, before me Personally came Camille.Maitland .............. .... I...................... to me known, whov being by me duly sworn, did depose and say; that he/she resides In .................. Kings.County.................... ., We of ........NY......... that h"he is the Attome 4 ............ y n -fact of the ................................... .................. Federal Insurance Company ...................... the corporation described In which executed ft above Instrument; that he/shs knows aha sW of said corporatlon; that the seal affixed to said Instrument is such corporate oval; that Is was so affixed by the Board of DIrectors of said coiporotion; and tl� he/she si8ned h[alher name thereto by like order, and the afflant did further, depose and say that the superintendent of Insurance of the State of New Yorke has glut 08800111111 of the Insurance Law of the State of New York, i8BU8d to Federal Insurance 91MMY . (surety) hi8lher p 2-91MMY .. i..........u. �V or qualification evldendtxr the dtl9lffinaftnn .tf t:strl r!.v..�w.�. a.vi ue t rr York as surety and guarantor, and the propftW of .. and a°J - - y v► uta glace or New has not been revoked. 't as such; and that such cerdticatb ......... I ... ..................I.—....... Notary Public NY sftorrk"at Near ROCNZWK" Naaary Paublic, Stabs of Now W* No. oiRES228358 QWMW to Queens Cwjoty • Ca�rN�ian E�irras elaroh i, 20ii FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2011 (in thousands of dollars) TOTAL INVESTMENTS ............................... 17,315,154 Investments in Affiliates: LIABILITIES 3,212,072 Pacific Indemnity Company ........................ 2,440,763 AND 1,237,556 ASSETS 1,076,901 SURPLUS TO POLICYHOLDERS Cash and Short Term Investments ................ $ 151,942 Outstanding Losses and Loss Expenses..... $ 12,300,432 United States Government, State and Chubb European Investment Holdings SLP.. Unearned Premiums ................ 3,395,082 Municipal Bonds ......................................... 10,312,572 Ceded Reinsurance Premiums Payable....... 320,332 Other Bonds .................................................. 4,146,378 Provision for Reinsurance ............................ 80,930 Stocks........................................................... Other Invested Assets ................................... 779,367 1,924,895 Other Liabilities ............................................. 922,290 TOTAL INVESTMENTS ............................... 17,315,154 Investments in Affiliates: Chubb Investment Holdings, Inc ................ 3,212,072 Pacific Indemnity Company ........................ 2,440,763 Chubb Insurance Investment Holdings Ltd.... 1,237,556 Executive Risk Indemnity Inc ...................... 1,076,901 CC Canada Holdings Ltd ............................ 747,660 Great Northern Insurance Company .......... 436,665 Chubb Insurance Company of Australia Limited 404,315 Chubb European Investment Holdings SLP.. 251,756 Vigilant Insurance Company ....................... 233,604 Other Affiliates ............................................ 409,535 Premiums Receivable ................................... 1,470,010 Other Assets ................................................. 1,490,621 TOTAL ADMITTED ASSETS ...................... $ 30,726,612 TOTAL LIABILITIES .................................... 17,019,066 Special Surplus Funds ................................. 222,832 CapitalStock ................................................ 20,980 Paid -In Surplus ............................................. 3,106,808 Unassigned Funds ....................................... 10,356,926 SURPLUS TO POLICYHOLDERS .............. 13,707,546 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ............................. $ 30,726,612 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments with a carrying value of $431,309,571 are deposited with government authorities as required by law. State, County & City of New York, — ss: Yvonne Baker, Assistant Secretary _ of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2011 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2011. Subscribed and sworn to before me this March 31, 2012 DOROTHY M. BAKER Assistant Secretary -------- _ _— Notary Public, State of New York Notary Public No. 31-4904994 Qualified in New York County Commission Expires Sept. 14, 2013 Form 15-10-0313A (Rev. 3/12) RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 r n ,7J.\/ Recorded in Official Records, Orange County Hugh Ng r - e I 1111 IIIIIIII IIII rNO FEE 11*$ �IIII��IIIIJI 2013000390 F 7 0 7 $ 193 409 N�v'�W 07/02/13 `' "` -JAI:+;R R,T B17 H 0.00 0.00 d 0 6.00-0.0 0.06 o.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 KDC, Inc. dba Dynalectric of Los Alamitos, CA, as Contractor, entered into a Contract on November 13, 2012. Said Contract set forth certain improvements, as follows: 2012 2013 Traffic Signal Rehabilitation Project (C-5223) Work on said Contract was completed, and was found to be acceptable on June 25, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America & Federal Insurance Company. BY f 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. Executed on V �'V� %� J at Newport Beach, California. BY da� J. N4." City Clerk \.1 FO ►tNi OFFICE OF THE CITY CLERK Leilani I. Brown, MMC June 26, 2013 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: ® 2012-2013 Traffic Signal Rehabilitation Project (Contract No. 5223) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, A- � - k�M� Leilani 1. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 - hax: (949) 644-3039 - www.city.newport-beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 82660 "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 KDC, Inc. dba Dynalectric of Los Alamitos, CA, as Contractor, entered into a Contract on November 13 2012. Said Contract set forth certain improvements, as follows: 2012 2013 Traffic Signal Rehabilitation Project (C-6223) Work on said Contract was completed, and was found to be acceptable on June 25, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America & Federal Insurance Company. BY 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. Executed on 7 lk 0 at Newport Beach, California. BY dliI City Clerk CITY OF Q aEW PORT NEWPORT BEACH Uty Coundl Staff Report Agenda Item No. 4 June 25, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer 949-644-3326, bsommers@newportbeachca.gov APPROVED:, A TITLE: FY 12/13 Traffic Signal Rehabilitation Project - Notice of Completion and Acceptance of Contract No. 5223 ABSTRACT: On September 11, 2012, City Council awarded Contract No, 5223, FY12-13 Traffic Signal Rehabilitation Project to KDC, Inc., dba Dynalectric (Dynalectric), for a total contract cost of $201,672 plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATIONS: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project. 2. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after this Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount General Fund 7013-C3001007 $ 208,225.10 $ 208,225.10 I of 4 FY 12/13 Traffic Signal Rehabilitation Project - Notice of Completion and Acceptance of Contract No. 5223 June 25, 2013 Page 2 DISCUSSION: Overall Contract Cost/Time Summary Work for this contract included replacement of essential traffic signal equipment and infrastructure to ensure reliability of the traffic signals at the Coast Highway/Marguerite Avenue and Superior Avenue/Ticonderoga Street -Nice Lane intersections. Additionally, the intersections were modified to add left -turn phasing to enhance the left -turn movements during peak summer periods. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $201,672.00 $202,374.00 $5,881.10 $208,255.10 The final construction contract cost was approximately 3.3% above the original bid amount. The majority of this additional cost increase was related to discovery of unknown underground utilities that required relocation of equipment and installation of additional temporary traffic control equipment. The delay in project completion was due to incorrect traffic signal arms being delivered by the manufacturer. Generally traffic signal poles and arms can take up to 15 weeks to be delivered. Fortunately the vendor was able to quickly locate and deliver the correct equipment to minimize the delay. A summary of the project schedule is as follows: Estimated Completion Date per 2012 Baseline Schedule December 21, 2012 Project Awarded for Construction November 13, 2012 Contract Completion Date with Approved Extensions May 22, 2013 Actual Substantial Construction Completion Date May 15, 2013 2 of Actual % Due to % Due to Awarded Final Cost at Contingency Contract Directed Unforeseen Contract Amount Completion Allowance Change Change Change $201,672.00 $208,255.10 15% or less +3.3% 1.4% 1.9% Allowed Contract Time (days) 90 Actual Time +17 Under (-) or Over (+) Work for this contract included replacement of essential traffic signal equipment and infrastructure to ensure reliability of the traffic signals at the Coast Highway/Marguerite Avenue and Superior Avenue/Ticonderoga Street -Nice Lane intersections. Additionally, the intersections were modified to add left -turn phasing to enhance the left -turn movements during peak summer periods. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $201,672.00 $202,374.00 $5,881.10 $208,255.10 The final construction contract cost was approximately 3.3% above the original bid amount. The majority of this additional cost increase was related to discovery of unknown underground utilities that required relocation of equipment and installation of additional temporary traffic control equipment. The delay in project completion was due to incorrect traffic signal arms being delivered by the manufacturer. Generally traffic signal poles and arms can take up to 15 weeks to be delivered. Fortunately the vendor was able to quickly locate and deliver the correct equipment to minimize the delay. A summary of the project schedule is as follows: Estimated Completion Date per 2012 Baseline Schedule December 21, 2012 Project Awarded for Construction November 13, 2012 Contract Completion Date with Approved Extensions May 22, 2013 Actual Substantial Construction Completion Date May 15, 2013 2 of FY 12/13 Traffic Signal Rehabilitation Project - Notice of Completion and Acceptance of Contract No. 5223 June 25, 2013 Page 3 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. NOTICING: This agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). In addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Submitted by: l David -A. ebb Public Works Director Attachment: A. Project Location Map 3 of CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 18th day of October, 2012, at which time such bids shall be opened and read for 2012-2013 TRAFFIC SIGNAL REHABILITATION Title of Project Contract No. 5223 $ 260,000 Engineer's Estimate 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 Brad Sommers, Prosect Manager at(949)644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:ftwww. Newoort8each CAaov CLICK: Online Services/Bidding & Bid Results City of Newport Beach Contract No. 5223 TABLE OF CONTENTS NOTICE INVITING BIDS ....... .......... ... __ ........... .......... ............ ........ ............ Cover INSTRUCTIONS TO BIDDERS..... ....... ____ ..... .................... ............. __ .... _ ...... 3 BIDDER'S BOND ..... _ .......... _ ........... _ ......... ..... - ....... ......... .......................... 5 DESIGNATION OF SUBCONTRACTOR(S),.. ... ...... ......... ...... ......... ___8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ...... .......... __ ........... 9 NON -COLLUSION AFFIDAVIT ........ .......... .......... __ ..... ................ 13 DESIGNATION OF SURETIES ................ _ ... ................... ......... ............. 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .......... - ......... .............................. 15 ACKNOWLEDGEMENT OF ADDENDA.. .......... _ ... _ ....... _ ...... ....... ......... __ ..... _ - 17 INFORMATION REQUIRED OF BIDDER .......... ......... __ ............................ ................ 18 NOTICE TO SUCCESSFUL BIDDER .... __ ... _ ... ....... ......... __ ..... ...... ___ .... _,_ ... _21 CONTRACT............ _ .............. ............ .......... ................. ........ - .............. ......... __22 FAITHFUL PERFORMANCE BOND...... ........... _ ............ _ ...... _ .... - ............ _ ...... _ .... 30 LABOR AND MATERIALS PAYMENT BOND ................... ............................ .......... ... 35 PROPOSAL........ ....... _,_ .... _ ................ _ ... ............ ___ ...... _ ............. ___ ......... PR -1 SPECIAL PROVISIONS ...... .... - ...... ............... ........... _ ... ........ _ .......... ___ ..... SP -1 2 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the. Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — 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. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 550173 - A, C10 Contractor's License No. & Classification KDC, Inc. dba D nalectric Bidder Exec. V.P. Au orized S' ure/Title Ib•I�i�12 Date 2 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 BIDDERS BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid Dollars ($ 10% of Amt. Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2012- 2013 TRAFFIC SIGNAL REHABILITATION, Contract No. 5223 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 falls 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 8th day of October 12 Dynalectric 4462 Corporate Center Drive Los Alamitos CA 90720 BY: Name of Contractor (Principal) Authorized Sign�-ature�tle WILLIAM B. DAVENPORT, CFO Travelers Casualty and Surety Company of America BY: Name of Surety Authorized Agent Sdnature One Tower Square, Hartford, CT 061£33 Address of Surety (732) 321-5600 Telephone Rita Sagistano, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Pri'nclpal & SUrety must be attached) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Jt7• IC! •IZ before me, t h a1VDlNr I 6-f7o/ fVWiO Date Here Insert Name and Title of Me Officer personally appeared Toyni rr± Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose nameW is/W- subscribed to the within instrument and acknowledged to me that hetA4dl)14W executed the same in his/ iC authorized capacityQ@K and that by ANN Y. DUAN his?f4VtW signature(K on the instrument the Commission # 1916114 person, or the entity upon behalf of which the a w Notary Public - California a z� Orange County persont!,sQ acted, executed the instrument. M Comm. Ex fres Dec 9, 2014 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 Place Notary Seal and/or Stamp Above .J Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document I Title or Type of Document: yIGI ff_;i k Document Date: to • e. I2 Number of Pages: Signer(s) Other Than Named Above: Zin l.WI-�+xVio r A+o neyiw--F4,5t Capacity(les) Claimed by Signer(s) `�,,� Signer's Name: w1111AVYl Signer's Name: Corporate Officer — Title(s): Eke,( '• V • F. ❑ Corporate Officer — Title(s): ❑ Individual ❑ Individual ❑ Partner — F1 Limited ❑General Top of thumb here El Partner — ❑ Limited ❑General op of thumb here ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Con rvator ❑ Other: ❑ Other: Signer Is Representing: Sign Is Representing 02008 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item 45907 Reorder: Call Toll -Free 1-800-876-6827 WARNIN IS POWER OF ATTORNEY IS INVALID WITHOUT THE R ORDER AA. POWER OF ATTORNEY TRAVELERS,1 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225023 Certificate No. 005206809 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Camille Maitland, George O. Brewster, Colette R. Chisholm, Virginia M. Lovett, and Vincent A. Walsh of the City of Garden City , State of New York , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th day of September 2012 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 0(98(JyN '.....Gyit .........,��„INCDR oPORgiED1,9%7 ,yi�� �' �` 1 g 195sE'I '� T• ! �� � e o vf.......:va`fJ d.•.. • as oy ato yt ••._. ��a'�� '1j� �� State of Connecticut City of Hartford ss. By: d4:6e Robert L. Raney, enior Vice President On this the 25th day of September 2012 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ezrpM In Witness Whereof, I hereunto set my hand and official seal.TM My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY VN au�i.�► C . Marie C. Tetreault, Notary Public BORDER BORDER This Power of Attorney is granted under and by the authority of die following resolutions adopted by the Boards of Directors of Farmington Casualty Compmy} Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St, Paxil Fire and Maxine Insurance Company, St Paul Giardina Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seed bonds, reeognizances, contracts of urdemnity, and other writings obligatory in the naturee of a bond, recognizance, or conditional undertrtking, and any of said officers or the Board of Directors at any time may venture any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one of more officers or employees of this Company, provided that each such delegation is in wring and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) drily executed (under seal, if required) by one or more Attorneys -in -Pact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings mid other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid said binding on the Company in the future with respect to any bond or understanding to which it is attached 1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Mantic Insurance Company, St. Paul Guardian insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company,'lyavelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is to full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this , 8th day of October 2012 Kevut E. Hughes, Assistant Sec tory 2.4vy.°°Ni+� Nnm,r� r r�°6"ab ow%..!xttq °P%,xsvaie goer xo` tsi Y (, WC(V1pap�p �Je00.PYf�`mT( PPOPAT n nV.' e t s a x o 1977 m t� z, w e`. a wwrro. woman. wa�atao ya erAsan 1951 4. ox �`sSE ALo' %,,SSRI, jti N. i<cewe. c w l89C ,7 w fi`- y AiM To verify the authenticity of this Power of Attorney, call 1-800421-3880 or contact as at www.travelershond.coni. Please refer to the Attorney4 n -Fact number, the above-named individuals and the details of the bond to which the power is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEW-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State of New York, County of ) ss. On this day of 20 before me personally appeared to me known, who, being by n1e duly sworn, deposes and says: That he/she resides in the City of that he/she is the of the corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. PRINCIPAL'S ACKNOWLEDGMENT— IF INDIVIDUAL OR FIRM Stale of New York, County of ) ss, On this day of 20 before me personally appeared to me known to be (the individual) (one of the firm of ) described in and who executed the within instrument, and he/she thereupon duly acknowledged to me that he/she executed the same (as the act and deed of said firm). SURETY COMPANY'S ACKNOWLEDGMENT State of New York, County of WissaU ) ss. On this 8th day of October 2o12 , before the personally appeared Rita Sagistano , to me known, who, being by me duly swom, did depose and say: That he/she resides in >r,1cawxg County of Nassau, NY that he/she is Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seal affixed to said inshvment is such corporate seal; and that he/she signed said instrument as Attomey-in-Fact by authority of the Board of Directors of said Company; and affiant did further depose and say that the Superintendent of Insurance of the Slate of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chupler 28 of the Consolidating Laws of the State of New York as the Insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY Oh AMERICA his/her certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and [hat such certificate has not been revoked. „ _ n 1-7 1 // Notary Public (/ HEt1.Y RENCHIMC" TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Notary Public, State of New York Hartford, Connecticut 06183 NO. OIRE6218158 Qualitfed in Queens County FINANCIAL STATEMENT AS OF DECEMBER 31, 2011 COMM"On Explrea Match 1, 2014 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,480,000 ASSETS LIABILITIES CASH AND INVESTED CASH S 103,657,622 BONDS 3,525,992,354 INVESTMENT INCOME DUE AND ACCRUED 49.234,241 OTHER INVESTED ASSETS 249,171,807 PREMIUM BALANCES 239,276,662 NET DEFERRED TAX ASSET 67,832,057 REINSURANCE RECOVERABLE 10,983,483 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 7,344,088 UNDISTRIBUTED PAYMENTS 2,593,967 OTHER ASSETS 361,289 TOTAL ASSETS j_ 4.256,447.550 UNEARNED PREMIUMS $ 813,328,908 LOSSES 937,681,730 REINSURANCE PAYABLE ON PAID LOSSES & LOSS ADJ. EXPENSES 2,604,752 LOSS ADJUSTMENT EXPENSES 525,055,953 COMMISSIONS 30,858,691 TAXES, LICENSES AND FEES 60,276,105 OTHER EXPENSES 29,866,613 FUNDS HELD UNDER REINSURANCE TREATIES 95,031,416 CURRENT FEDERAL AND FOREIGN INCOME TAXES 4906,527 REMITTANCES AND ITEMS NOT ALLOCATED 18,641,351 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 31,860,277 RETROACTIVE REINSURANCE RESERVE ASSUMED 3,152,706 POLICYHOLDER DIVIDENDS 8.117M9 PROVISION FOR REINSURANCE 6,397,371 PAYABLE TO PARENT, SUBSIDIARIES AND AFFILIATES $3,766,609 PAYABLE FOR SECURITIES 1,249,903 PAYABLE FOR SECURITIES LENDING 7,344,088 CEDED REINSURANCE NET PREMIUMS PAYABLE 111,042,044) ESCHEAT LIABILITY 591,943 OTHER ACCRUED EXPENSES AND LIABILITIES 501,836 TOTAL LIABILITIES 2,604,372,262 CAPITAL STOCK $ 6,480,000 PAID 1N SURPLUS 433.803,760 OTHER SURPLUS 1, 211. 791.508 TOTAL SURPLUS TO POLICYHOLDERS S 1,652,075,268 _ TOTAL LIABILITIES & SURPLUS S 4,256,447,550 Securities carried at $7,783,110 in the above statement are deposited with public authorities, as required by la.v City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets. if needed.) Subcontractor's Information Bid Item-ofDescription Number of Work Total Bid Name:¢�,L PQ Address: I 3e) 6A JZ -867 Phone: -7 1 1'�7- 5'5(0 State License Number: Name: Address: 3 12 �1 �Pp�SS ST (2,/Ir44 I Phone: ! State Licensees Number: .7 3�(O Name: �'/1 S U LNt'E!`i H Address: �3 `ZO- (07f 2/ C69f 64 �jZ ZD 71 /01 2 Phone: Z7 j 6 96 J" State License Number: 7 6 d KDC, Inc. dba Dynalectric Bidder Exec. V.P. Authorized Signature/Title City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name KDC, Inc. dba Dynalectric FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Reseda ATSAC Project Description Automated Traffic Surveillance and Control System Approximate Construction Dates: From June 2011 To: July 2012 Agency Name City of T,os Angeles Contact Person Manoochehr Adhami Telephone 626 255-4592 5,430,386 Original Contract Amount $ Final Contract Amount $ 5,7939085 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders 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 9 No. 2 Project Name/Number 2010-2011 On -Call Project Description On-call r0air of T/S St Lighting, conduit pull boxes, etc. Approximate Construction Dates: From June 2011 To: June 2012 Agency Name City of Santa Monica Contact Person. Mike Morgan Telephone � 19 458-8520 Original Contract Amount $ T&M Final Contract Amount $ 158,772.00 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 No. 3 Project Name/Number Beverly Hills Santa Monica Blvd Signal Synch. Project Description Signal synchronization Approximate Construction Dates: From Feb 2011 To: Feb 2012 Agency Name City of Beverly Hills Contact Person Tristan Malabanan Telephone 610 285-2512 Original Contract Amount ,866"'Lal ContractAmount $ 2,076,569.59 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders 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. 10 No. 4 Project Name/Number _Azusa Traffic Signal and Communication Sys. Imp. Project Description Traffic Signal and Communication Sys. Imp. Approximate Construction Dates: From March 2011 To: Auv,. 2011 Agency Name CitV of Azusa Contact Person Daniel Bobadilla Telephone (62� 812-5200 Original Contract Amount $395,744Final Contract Amount $ 41337,66 88-9,552 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Boeing Douglas Park ATCS Project Description Automated Traffic Control System Approximate Construction Dates: From July 2009 To: March 2012 Agency Name _ Boeing Shared Services Group Contact Person Leff Longo Telephone �64 744-5619 Original Contract Amount $5,200,10Pinal Contract Amount $ -5,291,891.21 If final amount is different from original, please explain (change orders, extra work, etc.) Change order 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. 11 No. 6 Project Name/Number ATMIS Phase IV Project Description Approximate Construction Dates: From Dee 2009 To: July 2010 Agency Name Port of bong Beach Contact Person _C,P_nr2P Gordon Telephone (56� 590-4146 Original Contract Amount $3A0,537Final Contract Amount $ 351,686.66 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders 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. W Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial sta ment and other information sufficiently comprehensive to permit an appraisal of t Contractor's current financial conditions. KDC, Inc. dba Dynalectric Exec. V. P. Bidder Authoriz Signature/Title 12 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) William B. Davenport being first duly sworn, deposes and.says that he or she is Treas., F O , V P of KDS, Inc dba D nalectric Y ,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 t�Authorii Stat o is that foregoing is true and correct. KDC, Inc. dba Dynalectric Exec. V. P. Bidder Signature/Title Subscribed and sworn to (or affirmed) before me on this day of 2012 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws ofth State of California that the foregoing paragraph is true and correct. [SEAL] 13 Nota i Publ Commission Expires: *Giem '6rdvd -* CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Or -A On 10.1 4� - 1Z before me, ri 1' • &Aoi Iyo'i nl Date Here Insert Name and Title of the Officer personally appeared wMIA4 P7• PlYeIVIVIffi Name(s) of Sig er(s) who proved to me on the basis of satisfactory evidence to be the person whose nameX is/,tee subscribed to the within instrument and acknowledged to me that he,�~ executed the same in his authorized capacity, and that by ANN Y. QUANT his/,10d00_-i(- signature(1i on the instrument the JIM- - Commission # 1916114 personpQ, or the entity upon behalf of which the •w Notary Public - California person(% acted, executed the instrument. Orange iuutriy My Comm. Expires Doc 9, 2014 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: Place Notary Seal and/or Stamp AboveOPTIONAL -Signalore of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document A Title or Type of Document: Na-allyHfff,4^4 Document Date: _ 1 Vmc,, Number of Pages: OSigner(s) Other Than Named Above: w Capacity(les) Claimed by Signer(s) Signer's Name: William awe ?�, D0tfrN*r+ Signer's Name: Corporate Officer — Title(s): ECG. ❑ Corporate Officer — Title(s): ❑ Individual ❑ Individual ❑ Partner — Cl Limited ❑ General Top of thumb here ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact i_; Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer is Representing: 02008 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 - www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 DESIGNATION OF SURETIES Bidders name KDC, Inc. dba Dynalectric 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): Travelers Casualty & Surety of America - Joseph Powers 343 Thornall St 5th Floor, Edison, NJ 08837-2238 321-5600 Federal Insurance Company of America - John Spencer 15 Mountain View Road, Mail Code EO -010 Warren, NJ 07059 - (908) 903-7923 14 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name KDC, Inc. dba D nalectric Record Last Five (5) Full Years Current Year of Record ne intormation 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. 15 Current Record Record Record Record Record Year of for for for for for Record 2011 2010 2009 2008 2003 Total 2012 No. of contracts 66 109 115 115 125 95 625 Total dollar Amount of Contracts (in 41 936 95 134 88 321 67 667 104 62 56 600 454 >280 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 3 0 3 0 8 3 17 No. of lost workday cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of employment ne intormation 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. 15 Legal Business Name of Bidder KDC, Inc. dba Dynalectric Business Address: 4462 Corporate Or. Dr., Los A amitos, 90720 Business Tel. No.: (714) 828-7000 Mate Contractor's License No. and Classification: 550173 -A, C10 Title 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 th ose records. Signature of bidder Dat Title 4.C.F.O. Exec. V.P. Signature of bidder Date Title-ecretary 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 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of DVA -p r�- I On �� "1g,7, q before me, hn I. QI10lln t Npf AI I S /W Date Here Insert Name andlTitle of the Officer personally appeared Wl�(Alm _D/11FCI40 � Na e(s) of Signer(s) ANN Y. DUAN Commission #r 1916114 Notary Public - California 30 Orange County My Comm. Expires Dec 9 2014 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Xare subscribed to the within instrument and acknowledged to me that /they executed the same in W4their authorized capacity(ies), and that by ) /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. Signature: Place Notary Seal and/or Stamp Above j Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document, Description of Attached Document 1 Title or Type of Document: LM(1 �J�,}�j�l�� N11W ff R[AAer _ Document Date: —Nw _JJ_ Number of Pages: Signer(s) Other Than Named Above: h -me Capacity(les) Claimed by Signer(s) Signer's Name: William 17j• TXYPYtM i' Signer's Name: P//i � Corporate Officer — Title(s): L1 Individual E] Partner — Cl Limited ❑ Gene Ll Attorney in Fact ❑ Trustee ❑ Guardian or Conservator El Other: Signer Is Representing: I6 Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ Gen Ll Attorney in Fact ❑ Trustee ❑ Guardian or Conservator L Other: Signer Is Representing: 02008 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313.2402- www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 ACKNOWLEDGEMENT OF ADDENDA Bidders name KDC, Inc. dba Dynalectric The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature N 17 City of Newport Beach 2012-2013 TRAFFIC SIGNAL REHABILITATION Contract No. 5223 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: KDC, Inc. dba Dynalectric Business Address: 4462 Corporate Ctr. Dr., Los Alamitos, CA 90720 Telephone and Fax Number: 714 828-7000 714 484-2389 California State Contractor's License No. and Class: 5501.73 - A, C10 (REQUIRED AT TIME OF AWARD) Original Date Issued:12/16/88 Expiration Date: 12/31/12 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: Mark Griffin Chief Estimator 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 Michael Parry, President 301 Merritt Seven, 6th F1., Norwalk, CT 06851203-849-7876 4462 Corporate Ctr, r. William B. Davenport, Treas., C.F.O., V.P. Los Uar itos, CA 90720 714 828-7000 Dusty Lord, Secretary 4462 Corporate Ctr. Dr., Los Alamitos, CA 90720 714 828-7000 Corporation organized under the laws of the State of CA IM] The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: DBA: Kirkwood Dynalectric Co. (1988-2000) JWP Systems/Kirkwood Electric Co. Inc. (1988-1995) 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; Briefly summarize the parties' claims and defenses; Please see attached Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage., falsifying certified payrolls, etc.)? Yes / 19 �Dynalectric An EMCOR Company Claim Letters Litigation The following projects are currently involved in litigation: 1 - Dillingham -Ray Wilson JV vs City of Los Angeles, SC Case #BC208414. KDC Inc. (dba. Dynalectric) served as the electrical subcontractor to Dillingham -Ray Wilson (DRW) on the Hyperion Waster Water Treatment Plant C-741 project in EI Segundo, California. Dillingham, - Ray Wilson (DRW) filed a breach of contract suit against the City of Los Angeles in 2000 (Los Angeles Superior Court Case No. BC208414). The KDC Inc. claims were part of the DRW lawsuit. Certain of KDC's and DRW's claims, including claims of other DRW subcontractors, proceeded to jury trial and monetary award was obtained against the City of Los Angeles. KDC Inc. received an award for delay damages and for interest and penalties for unpaid contract retention. There are remaining breach of contract claims that were excluded by the trail court that were not part of the award mentioned above, that have been remanded by the California Court of Appeal for further trail proceeding. STATUS: Waiting for trial date 2 - KDC Inc. (dba Dynalectric) vs. Building Technologies, Inc. (BTI). LASC Case #BC471616. Case filed November 2011. We are suing our subcontractor for Breach of Contract. Status: Pending 3 - KDC Inc. (dba KDC Systems) vs Johnson Control, Inc. / LASC Case #SC115327. Case filed December 2011. Breach of Contract STATUS: Case management Conference scheduled for April 2012 Past Litigation, stop notices and mechanics liens: 1 - KDC Inc. (dba Dynalectric) vs. Helix Electric, Inc. / Los Angeles County Sanitation District County of Los Angeles — Superior Court. Enforcement of Stop Notice and Breach of Contract. STATUS: Case dismissed without prejudice in March 2012. 2 - KDC Inc. (dba Dynalectric) vs. City of Lynwood & MG Construction Inc., LASC #TCO25067 Enforcement of Stop Notice. STATUS: Closed / Paid March 2011 3 - KDC Inc. (dba Dynalectric) vs. Tishman Construction of California, LASC #11004062. Filed November 10, 2011. Enforcement of Mechanic's Lien. Status: Closed / Paid March 2012 4 - KDC Inc. vs. Ortiz Enterprises, Inc. LASC #C051729. Filed September 2008. Enforcement of Stop Notice. STATUS: Closed / Paid 2010 5 - KDC Inc. vs Swi erton Builders Inc. LASC #BC473337 Case filed Nove er 20 nforcement of Stop Notice. STATUS: Cas is s ithout prejudice in August 2012. William B. Davenpo , Executive V. P. Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Please see attached sheet Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. KDC, Inc. dba Dynalectric Bidder Michael Parry (Print name of Owner or President of Corporation/Company) Authori Si ature " President Title Date On 0C'- . \G before me,� ��� �i . �a4zr� Notary Public, personally appeared Michael Parry who proved to me on the basis of satisfactory evidence to be the person(o1 whose namek) is/M subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/KdVO f authorized capacity( , and that by his/3fNXb(-X signature(x) on the instrument the person(t, or the entity upon behalf of which the person(x) 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. Notary Pub!ir., in and for said State (SEAL) My Commission Exp. Apr. 30, 2015 My Commission Expires: 20 City of Newport Beach Contract No. 5223 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. 21 City of Newport Beach Contract No. 5223 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this jS day of 14 2012, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City("City") and KDC, INC., DBA DYNALECTRIC, a California corporation ("Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of traffic signal modification, modification of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, curb ramp and sidewalk improvements, median modifications, signing and striping modification and other items shown on, but not limited to plan T -6013-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5223, 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"). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents, B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 22 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred One Thousand, Six Hundred Seventy - Two and 001100 Dollars ($201,672.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Brad Sommers (949)644-3326 CONTRACTOR KDC, Inc., dba Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 714-828-7000 714-484-2389 Fax F. INSURANCE REQUIREMENTS — CONSTRUCTION 1.1 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 Agreement, 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. 23 1.2 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. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 1.3.2 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 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 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 the Contractor arising out of or in connection with Work to be performed under this Agreement, 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. 1.3.4 Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, e including commercial general liability and employer's liability Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 1.3.5 Builder's Risk Insurance. For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. 1.3.6 Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period dedicated to this Project. The CPL shall be obtained on an occurrence basis for a policy term inclusive of the entire period of construction. If all or any portion of CPL coverage is available only on a claims -made basis, then a 10 -year extended reporting period shall also be purchased. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim 25 which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. [Note: this provision can be waived if there is no known or suspected pollution at the project site. This provision is also not applicable to maintenance and repair contracts unless there is a known pollution risk.] 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement 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. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1.4.4. Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 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. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file 26 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. 1.5.2 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 the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Rightto Review Subagreements. 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. 1.5A Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.5 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section 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. 1.5.6 Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. 1.5.7 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 agreement, 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. 27 1.5.8 Timelv 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 Agreement, 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. 1.5.9 Maintenance of General Liability Coverage, Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the project or to obtain coverage for completed operations liability for an equivalent period. 1.5.10 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (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, attorney's 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 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 or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the 28 sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's 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 the Consultant. 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. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. 1. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 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. 29 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFICE O E CITY ATTORNEY Date: Aaron . Harp m h i Z- 1 City Attorney ATTEST: Date: 4, , Y� c Leilani I. Brown City Clerk .__ 6:�71fiovk'�;j 30 CITY OF NEWPORT BEACH A California Municipal Corporation and City and Charter City Date: )--/ 3— /Z - B: Nancy Gardner Mayor KDC, INC., DBA DYNALECTRIC California Corporation By: ( r t cer) Title: Secretary Print Name: Dusty Lord Da Title: Treasurer, C.F.O., Executive V.P. Print Name: William B. Davenport Date: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange i 3 On 11-30-12 before me, Wendy Bowling, Notary Public _.__ �.........__. , Date Here Insert Name and Title of the Offtcer personally appeared William B. Davenport and Dusty Star Lord Name(s) of Signe(s) WENDY BOWLING Commission # 1831346 z a =,; - Notary Public - California z Z e. _� ' D Z Orange County My Comm. Expires Jan 16, 2013 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)-+e/are subscribed to the within instrument and acknowledged to me that +*/ef�they executed the same in #pis 4oWtheir authorized capacity(ies), and that by Hof'! heir 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. 1�b Place Notary Seal Above S' ur Signature o ary Publ,c OPTIONAL. Though the information below is not required bylaw, it may prove valuable to persons elying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Contract Agreement Document Date: 11-30-12 Number of Pages: ....... _......................... 30 Signer(s) Other Than Named Above: — None _ Capacity(ies) Claimed by Signer(s) Signer's Name: __ William B. Davenport Signer's Name: Dusty Star Lord E Individual E-7 Individual IXr Corporate Officer — Title(s), Exec VP/CFO X Corporate Officer — Title(s):._..............._......... _ F1 Partner — [j Limited J General - Partner — C] Limited `::::I General U Attorney in Fact Attorney in Fact e U Trustee r .,l Ir.trrnc Trustee r of thumb h e [:J Guardian or Conservator Guardian or Conservator i.. -.J Other: .�_...... ..... _...... - Other: Signer is Representing: KDC Inc. dba Dynalectric Signer Is Representing: KDC Inc. dba Dynalectric dba KDC Systems _ dba K -DC Systems 02007 National Notary Association • 9350 De Soto Ave.. P.O. Box 2402 -Chatsworth, CA 91313-2402 •www.NationalNolary.org Ilam #5907 Reorder: Call Toll -Free 1-80D-8766627 MI" t. l �•...-. Lo MOMM40 t F The premium charges on this Bond is $1,271.00 , being at the rate of $ 6.30 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal', a contract for construction of 2012.2013 TRAFFIC SIGNAL_ REHABILITATION, Contract No. 6223 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract. Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5223 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal; and Travelers Casualty and surety Company of America & Federal insurance Company, duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred One Thousand, Six Hundred Seventy -Two and 001100 Dollars ($201,672.00) 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 worts, 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 211 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. 31 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City„ only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 28th day of November , 2012. ,VP&CFO KDC, Inc., dba Dynalectric (Principal) /ZAuth6rIz6d Signature/Title 4482 Corporate Center Drive, Los Alamitos, CA 90720 Travelers casualty and Surety Company of America & Federal insurance Company Ga C Name of Surety Authorized Agent Signature TR - One Tower Square, Hartford, CT 06183 FE - 1S Mountain View Road. Warren. NJ 07059 _Camille Maitland, Attorney4n-Fact Address of Surety Print Name and Title e:903-7923 NOTARY • t OF s" - •' AND SURETY MUST BE ATTACHED 32 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange 11/30/12 Wendy Bowling, Notary Public On before me, Cale---- personally personally appeared _ William B. Davenport Nerne(s)oi 5fgar(sj _ - � WENDY ESOtING +' Commission #tall a -a� Notary Putrlin - California ZZ =' o. Orange County My Comm. ExAiras Jan t 8.2Qt 3' who proved to me on the basis of satisfactory evidence to be the personf,- j whose namo{� is4wr& subscribed to the within instrument and acknowledged to me that hem executed the same in his# tF' , authorized capacity4ie*, and that by hisAeAi�eir signatures} on the instrument the personfe), or the entity upon behalf of which the persorfH acted, executed the instrument. ( certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct- WITNESSaz;& SignaturePlace Notpry SeW A6ova OPTIONAL Though the information below is not required by law, it may prove valuable to perlsonLelying ori the document and could prevent fraudulont removal and reattachment of this form to another document. Description of Attached Document Title or Type of t7occEment;_...Faitbf'ul Performance Bond.,..._._.__..-----........_,�___ Document Date: 11/28/12 signer{s) Other Than Named Above.:. Camille Maitland Capacity(ies) Claimed by Signer(s) Sigrer's Name: ___ William B. Davenport I"" Individual IJP Corporate Officer—'rRle(s): Exec VP/CPO I::1 Partner f limited Cl General 1-11 Attorney in Fact Y U Gxra's ! .e tl Trustee la Guardian or Conservator I '`i Other: Siggner is Representing: KC Inc. dba Dynalectric f ba xDC. ystems Number of Pages: CIn. net Corpora Officer—Tiffe(s): Partner—L ' sited '.}General Attorney in Fact Trustee Guardian or Conserv Other: ------- ----_.._-- Signer Viumb haze €:2605 n�arxtylCicary AmxJa9un•e3S}[Se Sata Avz_f'-Q.Do. 2402-Chnt%v111h, CA lis 950(n Recede-Caa Pas.F,ve ]-etk'g?6.Sb21 Amk POWER OF ATTORNEY St, Paul Mercury Insurauee. Company TRAVELERS„1' Farmington Casualty Company St, Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company Called States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Atfarney-In Fact No. 225023 Certificate No. 005207660 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insmance Company, St. Paul Guardian Insurance Company, St. Paul Mercury insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company am corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance. Company is a corporation duly organized muter the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Camille Maitland, George O. Brewster, Colette R. Chisholm, Virginia M. Lovett, and Vincent A. Walsh of the City of Gi1..S;jL+}__`.. _ State of...__ New,YOCk their true and lawful. Aaomey(s)-in-Fact, each in their Separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, reeognizanc. s, conditional undertakings and other writings obligatory in tate nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 25th IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of _,_- September 2012 _ 4__ Farmington Casualty Company St, Paul Mercury Insurauee. Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. 'travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company ®r-?� aP�Rq o-!;r CINttMtVRA Jne.pavannrt:°n "+ 3 '6977 '" ; PFa. � R t� 'ua ts��: 'is ._.-„:• '� nsa State of Connecticut City of Hartford ss. By: — -n.. , Roden 7:.. Ganey, ee President 25th September 2012 On this the _._...,, day cP,_,� ,before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Tice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc_, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that be, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6. PST /g In Witness Whereof, I hereunto set my hand and official seal.�nai ....-Y�_4r My Commission expires the 30th day of June, 3016. Marie C. 7eueav7[, Nouazy Public 58440-8-12 Printed in U.S.A, OF POWER OF ATfOHNEY IS INVALID WITHOUT THE RED BORDER This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmingum Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Aire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Stairs Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vrtce- President, any Vice President, any Second Vice president, the Treasurer, any Assistant Treasurer, the Corporate Secretary or cony Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's more, and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given }rim or her; and it is FURTHER RESOIAED, that the Chaim", the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, court act of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Clhainnan, coy Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (p) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for proposes only of executing and arresting bonds and undertakings and other w wings obligatory in the nature thereof, and any such Power of Attorney or ceatificate, hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the. future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Gummty Insurance Company, Fidelity and Come arty insurance 1)ndenwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a one and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28th day of N bye In Iter _ 20 1? Kevin E. Hughes, Assistant Seci Gary pI,SU^� Y1RER4 y 42 *OCE_gP<Ss'$LDX iT 19$IiQ tioz ijt/TpSGF9tc'ai Id£}a ,cpSyP$P035A54 t:%SE47gJ.e :�ern hAcHIiW4i. y!$ pyy+.4 L T\ \YI PeS 1977%N�t N,(f� e m iZ45 To verify the authenticity of this Power of Attorney, call 1-800-42I-3880 or contact us at www.trayeleisbond.com. Please refer to the Attorney-Iu-Fact number, the above-named individuals and the details of the bond to which the power is attached. f Al HAKIFFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State of New York, County of Its - On ss. On this day of , 20 , before me personally appeared to me known, who, being by me duly sworn, depeses and says: That he/she resides in the City of , that he/she is the of the corporation described in and which executed the within instrument; that hdshe knows the seal of said corporation; that the seal affixed to said instrument is such corporate seat; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed hisA wr nacre thereto 4y like order. State of New York, County of PRINCIPAL'S ACKNO W LBDGMENT-- IF INDIV IIDUAL OR FIRM ) ss. On this day of , 20 , before me personally appeared to Inc known to be (the individual) (one of the film of I described in and who executed the within instrument, and Wadic thereupon duly acknowledged 10 me that he she executed the same las the act and deed of mid firm), SURETY COMPANY'S ACKNOWLEDGMENT State of New York, County of Nassau )ss. onens 28111 dayof November 20 12 ,beforrimerperserellyappearad Camille Maitland ro me known, who, being by me duly sworn, did depose and gay: That he/she resides in RaDoello Kings County, NY that Imushe is Attorney-in•Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporetion described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seat affixed to said Insirumern is such corporate seat; and that hetshe signed said instrument as Atmmcy-in-Fact by authority of the Sound of Dh caus of said Company; and affiant did forth" depose atxl say that the Superintendent of insurance of the State of New York has, pursuant to Chapter 6$2 of tic Laws of the Sanc of New York for the year 1439, congruent me chapter 28 of the Consolidating Laws of the State of New York as die insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA blather certificate that said Company is qualified to become and be accepted as surely or guarantor on all hands, undertakings, recognixances, guaraNfes, and other obligations required or permitted by law; and that such certificate has not been revoked. -. -'may /` Notary Public t- New C" TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA £Y Publie,'Slate of New V Hartford, Conneclkut 08983 ARL OIRE8228IS9 Qualified fro Careaters Ofterar FINANCIAL STA`€EMENT AS OF DECEMBER 31, 2011 L n Match 1, 20$4 AS FILED WITH THE INSURANCE DEPT. OF 3HE STAT�OF N£W YORK CAPITAL STOCK $ 67,480,000 ASSETS 1AASILiTIES � CASHAN€D INVESTED CASH $ to:tteR,$22 BONDS 3.525,442,354 INVESTMENT INCOME DUE AND ACCRUED 49,234,241 OTHER INVESTED AgSETS 209,171,817 PREMIUM /BALANCES 239,2'76,662 NET DEFERRED TAX ASSET 81,832,057 REINSURANCE RECOVERABLE 10,9XL`bKr SECURITIES MUDINGREILAESTED COLLATERAL ASSETS 7,84088 UNDIS-HIMUTeD PAYMENTS 2,643.967 OTHER ASSETS 161,289 TOTAi, ASSETS _3 A;2-66— 7 ss3 UNEARNED PREMIUMS $ 843.328,906 LOSSES 437,695,730 REINSURANCE PAYABLE ON PAID LOSSES & LOSS ALAI. EXPENSES 2,8(14,782 LOSS ADJUSTMENT EXPENSES 525,155,1153 COMMISSIONS 30,8581691 TAXES, LICENSES AND FEES 60,276,105 OTHER EXPENSES 24,866,818 FUNDS HELD UNDER REINSURANCE TREATIES 95,031,416 CURRENT FEDERM. AM FOREIGN INCOME TAXES 49,0/86,527 REMITTANCES AND ITEMS NOT ALLOCATED 18,541,351 AMOUNTS WITHHELD i RETAINED BY COMPANY FOR OTHERS 31,860,277 RETROACTIVE REINSURANCE RESERVE ASSUMED 3.152,706 POLICYHOLDER DIVIDENDS 8117549 PROVISION FOR REINSURANCE 5,397,371 PAYABL8 TO PARENT, SUBSIDIARIES AM) AFFILIATES IsLLOp,6P9 PAYABLE FOR SECURITIES 1,248,463 PAYABLE FOR SECURITIES LENDING 7.344,086 CEDED REINSURANCE NET PREMIUMS PAYABLE (71,042,044) ESCHEAT LIABILITY 591,943 OTHER ACCRUED EXPENSES AND LIABILITIES 50_].936 TOTAL LIABILITIES 5 25P;311228Y CAPMALSTOCK $ &48MIX, PAID IN SURPLUS 433.803.761 OTHER SURPLUS 1 21 t.741.s08 TOTAL SURFI.US TO POLICYHOLDERS�,,_t, u52_075�{0t% TOrAI,LIAW ITiES&STROLLS 3 4?,x:137,550 SecuriboA carriCis' at $7,783,190 in the Above statement are def>asaed with pubtic aufhorhies, as required by law Chubb Vigilant Insurance Company r.; Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York co oration, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each herebyY constitute and aapppolRt Thomas Bean, Georrgge O. Brewster, Colette R. Chisholm, Susan Lupsk's, Gerard S. Macho1z, Caro€tie FAaftland, Robert T. Pearson, Sagtstano of Garden City, New York each as their true and lawful Agomey� In- Fact to execute under such designation In their names and to affix Chair corporate seals to and deliver for and on their behalf we Stacy yareonor oiharwisa, Honda and undaaatdnge and otter wignp otdlgetory In the nature thereof {slmr than lawl bonds} given or executed In the course of business, and any Instruments amending oraitedng the sterna, and consents to the modification or alteration of any Instrument referred to In said bonds orobligamins. In Witness Whereof, sad FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested ihassprasanfs andaffixadthaircorpona[s seals on ttds Sth dayof December, 2010. ReMIR C. Worded, Assistantt Secretary r e. Nome, Jr., Vice Ir STATE OF NEW JERSEY ss. Countye somenx3t Onihts 81h dayof Oecember,2010 before me, a Notary Public ofNewdersey, persanaly came Kannath C. Wendel, to me known to be Asesent: Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, We companies which executed la foregoing Power of Attorney, and the said Kenneth C. Wendel. being by the duly swum, did depaas and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and dwwo fire corporate seats thereat, that the seats aNixod to the WeW#V Power of Attorney are such corporate seals and were laa3to affixed by aufiodry of the W taws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like aunhre ty; and that he is aaryaNted with David R. Nome, Jr., and imava him b ba Vice President of said Companies; and that the signature of David s. Nope, Jr., subscribed to said Power at Attorney is In the genWns hondwraing of David S. Harris, Jr., and was thereto subscribed by authority of sad By- laws and In deponent's presence. Nevada! seat KATHERINE 5. ADELAAR ttdliAq �Fr NOTARY PUBLIC Of NEW JFRSF) r N0,2316685 / PUBLIC intlielithis,deslF 1h18S16 C Hoary Public CERTIFICATION Exhactfmm the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: -Ali pourers of attorney for and on behalf of rhe Company may and shah be executed in the name and on Whelf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, lately with the Secretary or so Assistant Secretary, under their respective designations. The slgnature of such odgcare may be ang aved, printed or lttmgmphed. The 119MWIO of each of the folkavi g of enno Chairman, Poasdant, any Vico President, any Assistant Vice President, any Sacneary, any Assistant Secretary and ga sea} of the Company may be affixed by facstmdis to any power of steamy or to any certificate relating thereto appointing Assistant Sacretadas orAlomeyx� in Fact for purposes only of executing and art sling bonds and undertakings and other wilArgs obligatory in the nature thereof, and any such power of attorney or cadaietto bearing such facsimile signature or facaimid seal shall be valid and binding upon the Company and any such power on executed and codified by such faceimpe signature and factrnfle, seal shag be valid and binding upon the Company gum mapact W any bond or undedaldg to which it Is a urchad:' 1, Kenvim C. Wendel, Assistant Secretary W FEDERAL MURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companiea") do hereby certify that {g the foregoing extract of the Sy� Lowe of the Companies is true and cannot, (g) la Companies are duty listened and aterherc rt to assume surety bvsim ac M all SD of da United States of America and fie District of Columbia and are authorized by the U.S. Treasury Dopanman t: further, Federal and Vigilant am iterated in Puerto Rio and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces at Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney Is free, career and In full home and affect. Galen areformyhand and leads of said Companiosat Warren, NJ this 28th Day of November, 2012 Ionnath rndi, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR 0Y Telephone (9081903-303 Fax(908)903.3656 e-mai3: aurety�ahubb.com Form 18.10-1U (Ed. 6.03) CONSENT F.Tolw NIT zr T * . . 1 S'LAT'E of ARM «..... COUNTY of.. -M it........ � on thla ...November 28, 2012 , bdore roe personally came . ..rsa!T111!g aptiand.............. to me knov^ who, bft by me duly sworn. did depose and say; that hakhe resides In .... ........ K.inns2�ountX.................... Me of ......NY................., that hehhe Is the A y-ArFact of the Federal #nsuranoe CompanY..�.................... ............ Corporation in which executed ft above lostniment OW lWahs, knwm to sed of 60 MPWWW, that the Bed ~ to said Instrisned Is such corporate ad, flet Is was so affbod by go Board of Directors of said corporation, and #W he/she signed by We older, and Ow Wert that the 15upedniandent of Insurance of the York has "to n 1111 of the Insurance of the of Now York, ed to Fedgtat tn'surance corS.k..... (alrelyl 1111811her carutwe of qualtrication evidarxft the qualMostion of sold Company and ft suMcfeW under any law of the stels of New York as sleety and guwwftr, and the propriety of wcep#M and appwft,ft as such, and Mat such cefflosto has not been revoked.rte' 6 Notary lic MY MWORM36ww" . OIRS21010 STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2411 (in thousands of dollars) TOTAL INVESTMENTS ............................... 17,315,154 TOTAL, LIABILITIES ......................... ........ _ 17,019,066 Investments in Affiliates: LIABILITIES 222,832 Chubb Investment Holdings, Inc ................ 3,212,072 AND 20,980 ASSETS 2,440,763 SURPLUS TO POLICYHOLDERS _ 3,106,808 Cash and Short Term Investments- .... ...... $ 151,942 Outstanding Losses and Loss Expenses..... $ 12,300,432 United States Government, State and 1,076,901 Unearned Premiums....... .... _....................... 3,395,082 Municipal Bonds..... ....... ........... __............. 10,312,572 Ceded Reinsurance Premiums Payable....... 320,332 Other Bonds.. ... ...... ... _ .... .... ....... - . ..... - ... 4,146,376 Provision for Reinsurance... ...... __ ...... 80,930 Stocks ........... _...... ..... ......... ......................... 779,367 Other Liabilities......_.... ..... ............................ 922,290 Other Invested Assets ..... __..................... .... 12924,895 - TOTAL INVESTMENTS ............................... 17,315,154 TOTAL, LIABILITIES ......................... ........ _ 17,019,066 Investments in Affiliates: Special Surplus Funds ........_...................... 222,832 Chubb Investment Holdings, Inc ................ 3,212,072 Capital Stock........................,....................... 20,980 Pacific Indemnity Company... .... ...... ..... 2,440,763 Paid -in Surplus ... ........ ........ .......... .... _... .. _ 3,106,808 Chubb Insurance Investment Holdings Ltd.... 1,237,556 Unassigned Funds ....................................... 10,356,926 Executive Risk Indemnity Inc ...................... 1,076,901 — CC Canada Holdings Ltd.,.... ...... ___ 747,660 Great Northern Insurance Company.......... 436,665 SURPLUS TO POLICYHOLDERS... ........ 13,707,5_46 Chubb Insurance Company of Australia Limited 404,315 Chubb European Investment Holdings SLP .. 251,756 Vigilant Insurance Company ....................... 233,604 Other Affiliates ....... ............ _....... .......... ...... 409,535 Premiums Receivable ................................... 1,470,010 Other Assets . ....... ............ __....... .............. ... 1,490,62.1 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ............................. $ 30,726,612 TOTAL ADMITTED ASSETS ...................... $ 30,726,612 Investments arc) valued In accordance with requirements of the National Association of Insurance Commissioners. Investments with a carrying value of $431,309,571 are deposited with government authorities as required by law. State, County & City of New York, -- ss: Yvonne Baker, Assistant Secretary _ _ of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2011 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2011. Subscribed and sworn to before me this March 31, 2012 aiYo /L,. MBAKEstint Secretary Notary Public, State or New York Notary Public No 31 4904994 Qualified in Now York County Poem 15-10-0313ANov 3/12) Lem ry rol a g • 4 ti'.i • WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal," a contract for construction of 2012-2013 TRAFFIC SIGNAL REHABILITATION, Contract No. 5223 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 8223 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: NQ, THEeEFORE, W the undersigned Principal, and, Travel@r NQ, and urety Company o America & Federal IarJi,'sranee company _ duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Two Hundred One Thousand, Six Hundred Seventy -Two and 001100 Dollars ($201,672.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 3 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 eL seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 28th day of November 2012, LTIMPTff" KDC, Inc., dba Dynalectric {Principal) AurtWbfized Signature/Title 4462 Corporate Center Drive, Los Alamitos, CA 90720 Travelers Casualty and Surety Company of America & Federal Insurance Company Ka -me of Surety Authorized Agent Signature TR - One Tower Square, Hartford, CT 06183 FE - 15 Mountain View Road, Warren, NJ 07059 Camille Maitland, Attorney -in -Fact Address of Surety Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 38 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 11/30/12 before me, Wendy Bowling, Notary Public No personally appeared William B. Davenport • WENDY BOWLING Commission # 1831346 Notary Public - California Orange County MY COMM Expires Jan 16, 2013 who proved to me on the basis of satisfactory evidence to be the person(e} whose namekQ isles subscribed to the within instrument and acknowledged to me that he,444eAexecuted the same in his�ir authorized capacfty(io4, and that by hislliepllkai signature(e) on the instrument the person(s), or the entity upon behalf of which the persor+* 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 handnd official seat. Signature PlaCe. Nnroty Slat Ahove a I Obc OPTIONAL — ' Though the information below is not required by low, it may pt ova valuable ro pan, a I lying on the document and could prevent fraudulent removal and reattachment of this form to another docurnent Description of Attached Document ?'ilia or Type of Document -Labor and Materials Payment Bond Document Date: 11,/28/12 Number of Pages: Signer(s) Other Than Named Above: Camille Maitland Capacity(ies) Claimed by Signer(s) Signer's Name:,__ William B. Davenport 1-1 Individual X Corporate Officer — Tille(s): Exec VP/CFO C1 Partner — I , Limited I J General 0rMM1= "Mrrof J Attorney in Fact !1 Trustee 7 1 1)€ inumn I el CY Guardian or Conservator i -I Other: Signer Is Representing: KDC Inc. dba D nalectric dba WD ",%y_stems___ In car Corpora Officer—Title(s): "a ....... I General Partner — C irted Attorney in Fact Trustee O Guardian or Consery uardian or Consery 0 tiler ther;—,- Signer Ass�:+ahon,2350 DeSmAve_RO It.! 059C1 ReV.dV:CW5T011vr,.1-o]0av66827 WIMFZR�� TRAVELERSJFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Tkavelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St, Pani Fire and Marine Insurance Company United States Fidelity aid Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225023 Certificate No. 005207662 KNOW ALL MFR BY THESE PRESENTS: That Farmington Casualty Company, St, Paul Fire and. hLarme Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Sates Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the taws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean. Rita Sagistauo, Gerard S. Macholz, Susan Lu,pski, Robert''. Pearson, Camille Maitland, George O. Brewster, Colette R. Chisholm, Virginia M. Lovett, and Vincent A. Walsh of the City- of Garden ]tt _ _ , State of__...—_ New Fork _ , their one and lawful Anorvey(s)-in-Pact, each in their separate capacity if more than one is named above, to sign, execute<seal and acknowledge any and all bonds, rarogrin arces, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 25th IN WITNESS WHI RECIF, the Companies have caused this announcedo be signed mid their corporate seals to be herow affixed, this .� day of September 2(112 ..__.� .. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company e Or.sv��r ,�fpiyyX?o1q9°.ca8 t4"YS.'� a�'b g � SEAL EAQqe�,:�aA,C.F.OrrPN8s (--1 g A �9aetNW^�s�9arnx 2 ��`a�n et8r9g8ul kl bro State of Connecticut City of Hartford ss. 44Vice PresedenY 25th September 2012 On this the day of . before me personally appeared Robert L. Raney, who acknowledged himself tn be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �. ��$ Lr Witness Whereof,l hereunto set my hand and official seal, My Commission expires the 36th day of lune., 2016. ¢r �41�' � 58440-8-12 printed in U.S.A. �� ��� "Maxie C.'letreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE REG This F'ower of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St, Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Suety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows; RESOLVED. that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Based of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provider; that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by me or more Atterneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President„ any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Conmany may be affixed by facsimile to my Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or cer[ificate bearing such facsimile signature or facsimile seal shall be valid and binding,. upon the. Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding on the Company in the future with respect to any bund or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity, and Guaranty Company do hereby certify that the above and foregoing is it true and correct copy of the Power of Attorney executed by said Companies, which is in full force.and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set ivy hand and affixed the seals of said Companies this 28th„.,,,, day of November 2(1 12 Aa-' tt. Hetghes, Assistant SuvaSu;i I'a�� r cnsu�t (Sw �° FtRidi i.SEALio$SEAL ae�� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com, Please refer to the Attomey-fir-Fact number, Che above-named individuals and tire details of the bond to which the power is attached- TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT, 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State of Nev fork, Cmmyof 1ss. On this day of , 20 , before me personally appeared to nee known, who, being by the duly sworn, deposes and says: That helshe resides in the City of , that he/she is the of the corporation described in and which executed the within instrument; that helsisc knows the seal of said carpotation; that the seal affixed Haunt instrument is sash corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that lldshe signcd his/her name thereto by like order. PRINCIPAL'S ACKNOWLEDGMENT— IF INDIVIDUAL OR FIRM State of New York, County of las, On this day of , 20 , before me Personally appeared to me known to be(the individual)(onc of the firm of I described in and who executed the within instrument, and belshe thereupon duly acknowledged to me that hetshe executed the same (as the act and deed of said firm}. SURETY COMPANY'S ACKNOWLEDGMENT Since of Mew Yodc, County of Nassau ) ss, on this 28th day of November ,2012 ,beforo ltx personauy appeared Camille Maitland to me known, who, being by me duly sworn, did depose and say: Thal IwAhe resides in Kings County, NY that Waite is Atwmey-in-Pact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within instrument; that IWshe knows the corporate seal of said Company; that the seal affixed to said Instrument is such corporate seal; and that he/she signed said instnlmant as Au nrey-in-Face by authority of the Brand of Directors of said Company; and affiant did further detimas and say that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the Year 1939, constituting chapter 23 of the Consolidating Laws of the State of New York as the Insurance Law os amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Matter certificate that said Company is qualified to became and be accepted as surety or guarantor on all bonds, undertakings, recognosinces, gunrudies, and other obligations required or Permitted by law• and that such certificate has not been rewkzd. 17Y /' C �` Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA N�bli R Neel NO. 0111 1662 Of N YS& Hartford, Connecticut x76183 fie. AYREd2iSIS6 Quallitfied Ire Queens COUMS, FINANCIAL STATEMENT AS OF DECEMBER 31, 2014 R E Plarch Ar 2014 AS PILED WITH THE INSURANCE DEPT. OF THE STATE QF NE6 YC9p,W„$I CAPITAL STOCK $ 5,480,004 ASSETS f.kAi3lLi7iES CASH AND INVESTED CASH £ 103,057,622 BONDS 3,5iBl el2.354 INVESTMENT INCOME PUG AND ACCRUED 49,235241 OTHER INVESTED ASSETS 249,179,807 PREMIUM BALANCES 239,278.602 NET DEFERRED TAX ASSET 67,832,057 REINSURANCE RECOVERABLE 10,6$3:163 SECURITIES LF,NCIING REINVESTED COLLATERAL ASSETS 7,344,088 UNDISTRIBUTED PAYMENTS 2.585,967 OTHER ASSETS 361,289 TOTAL A5BETS UNEARNED PREMIUM.' 8 613,32at LOSSES 937,885,730 REINSURANCE PAYABLE ON FAIR LOSSES 8 LASS ADJ, EXPENSES 2,504,752 LOSS ADJUSTMENT EXPENSES 525,955,953 COMMISSIONS 30,858,691 TAXES, LGI NSES AND FEES 60,276,1OS OTHER EXPENSES 29,8661513 FUNDS HELD UNDER REINSURANCE TREATIES 95.031,416 CURRENT FEDERAL AMC) FOREIGN INCOME TAXES 49,096.527 REMITTANCES AND ITEMS NOT ALLOCATED 18,641,351 AMOUNTS' WITHHELD I RETAINED 0Y COMPANY FOR OTHERS Si,860,277 RETROACTIVE REINSURANCE RESERVE ASSUMED 3.tS2.708 POLVOYHOLDER DIVIDENDS 5,117,54$ PROVISION FOR REINSURANCE 6,397,371 PAYABLE TO PARENT, SUBSIDIARIES ANN AFFILIATES 53,76&609 PAYABLE FOR SECURNES 1.249,90 PAYABLE FOR SECURITIES LENDING 7,344,088 CEDED REINSURANCE NET PREMIUMS PAYABLE (71,442,044) ESCHEATUAEUTY 694,9A4 OTHER ACCRUED EXPENSES AND LIABILITIES 50 ,1 838 � TOTAL LIABILITIES 372382 CAPITAL STOCK & 6.48$040 PAID IN SURPLUS 433,863,760 OTHER SURPLUS 1 211 791 588 'LO'W SURFLUUS TO POUCYHOLOERS $ 1 ES2075268 TLTLAL LiANUTE3&SURPLUS S 4,25AIA75LO Securities cardW at $7,783.710 In the above stdtoment aro deposited with LU hC qU hGntieS, AS rAulred by law POWER federal Insurance Company Attm Surety Department Chubb OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07069 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York cloration, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each herebyy constitute and aa��aint Thomas Bean, to s O. Brewster, Colette R. Chisholm, Susan L i, Gerard S. MacRoiz, Camille staltland, Robert T. Pearson, lta Sagistano of Garden City, New York — -- -- — -- —• — - each as their two and lawful Atlornh y-ln- Fact to axaata under eucfi designation to their mamas and to affix theircogwrate Seale to and detwer for and an their behalf as many thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed In the course of business, and any Instruments emending or offering the same, and com ants to the modification or alteration of any instrument opened to In mid bonds orobligaaons. M Witmom Whered, sold FEDERAL INSURANCE COMPANY, VIBRANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these pressing and affixed theircorporato seals on INS 8th dayof December, 2010. � r ennaM Wa�rWei, AssElam Secretary f d B. Nems, Jr., Vlore Prost STATE OF NEW JERSEY as. Counryo(Somerset On this 8th day of December, 2010 belom ma, a Notary Pt(dic Of NWJOMW porsanaay came KemtathC. wandol, to mo known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed it* foregoing Power of Atiomey, and ere said Kenneth C. wend L, being by me duty swum, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMddf! tY COMPANY and knows the corporate seat thereof, that the seats affixed M the foregaing Power of Attorney am such corporate seats and were ihenNo affixed by aufhony of the By. Lam M said Companies, and that he signed Said Power of Attorney So Assistant Secretary of mid Companies try like allthodty: and that no Is acquainted with David S. Noms, Jr., and knows him to be Vice President of said Companies; and that the aigrompe, of David EL Noids, Jr., sumont ed to said Power ad Attorney is in the gemma handwriting of David B. Noris, Jr., and was thereto subscribed by auVody of said 9y - Caws and In daporrem's presence. Notarial Seal KAThiEWNE 1 ADEiAAR �07Rq NOTARY PUB1. CIC Of NEW OWN Y Nr. 2316686/ atRf�pt®dt �,ml�t�ra�1� pUOLiC � Notary Puf:tin "IEg6�� CERTIFICATION Extract from the Uy- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, aril PACIFIC INDEMNITY COMPANY. "Ail powers of attorney for and on bahail of the Company may and Shap be executed in the name and on behalf of the Company, either by the Chairman or the President at a Vico President or an Assistant Vice President, IoMdy with the Skeretay or an Assistant Secretary, under their ampeOve designations. The Signature at such off rimmmay be, engraved, printed erliewgraphad. Tire signature at each of the following officoma Chairman, Pmsdam, a y Vre President, ary Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may W affixed by facsimile to any power of attorney or to any cemticats relating therefor appointing Assistant Secretaries or Attorneys- In, Fact for purposes only of executing and attesting bonds and undertakings and other Morris bring" in the canum fhomof, and any such Pbwer of arfamoy ormrsbcate miumir such famnailer Signature or facsimile coal shop be valid and binding upon ifs Company and any such power so executod and writhes by such facsimile signature and facsimile seal shaft be valid and birding upon the Company Win respect to any bond or undertaking to which It is attached." I, Kohl C. Warder, AsetetartSecretary of FEDERAL i NSURANceCOMPANY, VIGILANT INSURANCE COMPANY, and PACING INDEMNITY COMPANY fro°Ccmpanies') do herowmuy that (1) the foregoing extract of the By- Laws of the Companies is true and coned, ()I) Ma Companies are duty tieensed and auttxxfzed to transact sumy business in all 50 of dta United States of America and the Grader of Columbia and are audhonzed by the U.S. Treasury Depzdmert; Raritan, Fledomf and Vigilant ata flamed In Puerto Rim and ft U.S. Virgin islands, and Federal is licenced in American Samoa, Guam, and each of the Provinces of Canada except prince Edward (gland; and (iii) the foregoing Power of Attorney is true, coned and in full fore and effect. Giron undor myhand and Seats of said Companies at Waren, NJ tilts 28th 'Gay of November, 2012 Kenneth C. ndai, Ass -Well secretary IN THE EVENT YOU WISH 7'0 NOTIFY US OF A CLAIM, VERIFY THE. AUTHENTICITY OF THIS BOND OR NOTIFYUS OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3668 e-maik surety� Form 15-14 02258- U (Ed. Er 03) CONSENT STATE OF N(kW.X%.K........... COUNTY OF ....4 wR..... ... on this ..November 28, 2012 ., before Ay came ......Csdr!iilk M�itlargd ..«................... a ....... to me knov^ wfA baV by me duly swam did depm and say, that he/she resides in ................kyr county.................... auto of ........NY..................., that he/she is the Affa of of the .Federal !r surancs company1,.......<.................................... the corporallon described in whiffs the abon aryl; Tian, that the seal ~ to sold in is such corporate sed; so afted by the Board of FXrectom of said corporatlorr and #M he/she elped or new Owdo by bke order, and tw Mint did further. depose and say that the Superintendent of lns4x=oe of the of Ww York.t to 9114 of i of Now York, faired to Fedec�. Insurance Gony„ ....... {Suety} a of quallifoation evt qualification n of saki Company old b suftency under any low of the Stab of Now York ae surety and auerantor, and the pmprW of SIPPoftI IS such t such comesib has not been revoked. ...... y 1t p��e.. P......a....v.m.o.m. { � Notwy Polio Meld MY "t y Walwy Pub0c N0.01RES218150 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2012-2013 TRAFFIC SIGNAL UPGRADES PROJECT CONTRACT NO. 5223 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans, Special Provisions and Traffic Signal Special Provision Supplemental, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 5223 in accordance with the Plans, Special Provisions and Traffic Signal Special Provision Supplemental, 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 1. Lump Sum Mobilization Dollars and Cents $ 30 '2 - Per Per Lump Sum 2. Lump Sum Traffic Control @i� Nr�yvr�`lwc�d� Dollars and '7 Cents Per Lump Sum PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum ,T .a#fic Sic"r I Moddation (Superior Avenue at Ticonderoga Street) and -� Cents $ J�� ,) kop Per Lump Sum —' — 4. Lump Sum Traffic Signal Modification (Coast Highway at Marguerite Avenue S )� @ e & 0&4 AA11.-'�°J"Dollars and �—� Cents $ �— Per Lump Sum 5. Lump Sum Temporary Traffic Signal Operation (Coast Highway at _-Marguerite Avenue) Dollars and _ Z Qom Cents $ Per Lump Sum �- 6. 3 EA. RSq�tnoveand Construct P.C.C. Access Ramps Alr<z L Dollars and -Cents$ S ���7� $ Per Each 7. 1 EA. Modify Existing P.C.C. Access Ramps @JCakJ �0qJ Dollars and Cents $ 2o Z $ 7c) 2 - Per Per Each PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. Lump Sum Jraffi Striping / Dollars _;-7 � and $ 2 S S Per Lump Sum 9. Lump Sum Median Kodification – Removal of Existing Improvements @f �v� lo�tF�9 �Zi d�ov�e, Dollars and Per Lump Sum Cents $ 10. Lump Sum Medi�Modificataon – Installation of P.C.C. Curb f,.,�o ,sdvi, SGS @ Dollars and Z� Cents $ 20,,&7 Per Lump Sum 11. Lump Sum Median Modification – Installation of Full -Depth AC P vem t � ve Ffa✓s� � Dollars and Cents $ Per Lump Sum 12. Lump Sum Medianodificatioyt –Miscellaneous Work os�9 , /.-Ie- @ liaA�o f;x-`77,1e_DoIlars Z and �-d Cents Per Lump Sum PR4of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. Lump Sum Provide As -Built Drawings Dollars and Cents Per Lump Sum T014L PRICE IN WRITTEN WORDS aZ20 _012e and ��� Cents Date C 90 7- ! /wr'Dollars X72 Total Price (Figures) 714 828-7000 - 714 484-2389 Bidder's Telephone and Fax Numbers 550173 - A, C10 Bidder's License No(s). and Classification(s) KD,C,, Inc. dba Dynalectric dder Treas., C.F.O., Exec. V.P. Bi r s Authorized Signature and Title 4462 Corporate Ctr. Dr. Los Alamitos, CA 90720 Bidder's Address Bidder's email address: aquan(adyna-1a.com f:\users\pbwlshared\contracts\fy 12-13\c-5223 - fy12-13 traffic signal rehab\proposal c-5223.doc Statutory Basis DECEMBER 31, 2011 (in thousands of dollars) TOTAL INVESTMENTS ............................... 17,315,154 TOTAL LIABILITIES ................................... 17,019,066 Investments in Affiliates: LIABILITIES 222,832 Chubb Investment Holdings, Inc ................ 3,212,072 AND 20,980 ASSETS 2,440,763 SURPLUS TO POLICYHOLDERS .... 3,106,808 Cash and Short Term Investments.. .......... $ 151,942 Outstanding Losses and Loss Expenses..... $ 12,300,432 United States Government, State and 1,076,901 Unearned Premiums.... ... ....... __ .... ..... ....... 3,395,082 Municipal Bonds ......................................... 10,312,572 Ceded Reinsurance Premiums Payable....... 320,332 Other Bonds .................................................. 4,146,378 Provision for Reinsurance_ .... .......... ......... 80,930 Stocks_......................................................... 779,367 Other Liabilities, ....... ___ ............................. 922,290 Other Invested Assets ................................... 1,924,895 TOTAL INVESTMENTS ............................... 17,315,154 TOTAL LIABILITIES ................................... 17,019,066 Investments in Affiliates: Special Surplus Funds ....... ................ .......... 222,832 Chubb Investment Holdings, Inc ................ 3,212,072 Capital Stock.....................,.......................... 20,980 Pacific Indemnity Company.... .... ......... ...... 2,440,763 Paid -In Surplus, ....... _.__ ... . ........... .... 3,106,808 Chubb Insurance Investment Holdings Ltd..,. 1,237,556 Unassigned Funds .................... ......... 10,356,926 Executive Risk Indemnity Inc... ....... ............ 1,076,901 CC Canada Holdings Ltd... ... ............ _ ...... 747,660 Great Northern Insurance Company .......... 436,665 SURPLUS TO POLICYHOLDERS., ... 13,707,546 Chubb Insurance Company of Australia Limited 404,315 "W— Chubb European Investment Holdings SLP .. 251,756 Vigilant Insurance Company ....................... 233,604 Other Affiliates ............................................ 409,535 Premiums Receivable.. ........... .................... 1,470,010 Other Assets ................................................. 1,490,621 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ..... ............... ......... $ 30,726,612 TOTAL ADMITTED ASSETS .................... . $ 30,726,612 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners - Investments with a carrying value of $431,309,571 are deposited with government authorities as required by law. State, County & City of New York, — ss: Yvonne Baker, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2011 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2011. Subscribed and sworn to before me this March 31, 2012 O0IRC1'tHY M. 6AKt'R Assistant Secretary Notary Public, State of w York _w_ _.____ Nc Wv Ptah -.it, — -- No. 31-4904994 Cualtffed In New York County Farm 15-10-0313A(Rev3/121 1 1 2 2 2 2 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 6 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2011/2012 TRAFFIC SIGNAL UPGRADES PROJECT CONTRACT NO. 5223 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.1 General 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 2-9.4 Line and Grade SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 2 2 2 2 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 6 9ECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE O; THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE 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 8 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES 8 7-1.2 Temporary Utility Service 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 PROJECT SITE MAINTENANCE 9 7-8.4.3 Storage of Equipment and Materials in Public Streets 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-8.7.2 Steel Plates 10 7-10 PUBLIC CONVENIENCE AND SAFETY 10 7-10.1 Traffic and Access 10 7-10.3 Street Closures, Detours, Barricades 10 7-10.4 Safety 11 7-10.4.1 Safety Orders 11 7-10.5 "No Parking" Signs 12 7-10.6 Notices to Residents 12 7-15 CONTRACTOR LICENSES 12 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 12 SECTION 9 MEASUREMENT AND PAYMENT 13 9-3 PAYMENT 13 9-3.1 General 13 9-3.2 Partial and Final Payment 15 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 16 201-12.1 Reinforcing Steel 16 201-7 NON MASONRY GROUT 16 201-7.2 Quick Setting Grout 16 9ECTION 214 PAVEMENT 214-4 NONREFLECTIVE PAVEMENT MARKERS 16 214-5 REFLECTIVE PAVEMENT MARKERS 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 302 ROADWAY SURFACING 18 302-5 ASPHALT CONCRETE PAVEMENT 18 302-5.1 General 18 302-5.4 Tack Coat 18 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 18 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 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 19 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 19 307-1 GENERAL 19 307-20 SALVAGE 20 SECTION 310 PAINTING 20 310-5 PAINTING VARIOUS SURFACES 20 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 20 310-5.6.6 Preparation of Existing Surfaces 20 310-5.6.7 Layout, Alignment and Spotting 20 310-5.6.8 Application of Paint 20 310-5.6.11 Pavement Markings 21 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 21 312-1 PLACEMENT 21 Revised 2-21-2012 MgMY110:1.-ISITJ • CONTRACT NO. 5223 SP 1 OF 21 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-6413-5); (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), including supplements; and (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 Department. Copies of the Standard Specifications may be purchased from Building News, Inc„ 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated'' hereinafter: NOTE TO CONTRACTORS: This project includes installation or modification of Fiber Optic Interconnect Cable and/or Ethernet communication equipment. The contractor and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Traffic Signal Special PART I GENERAL PROVISIONS Replace the entire subsection with the following: Within fifteen (15) working days after the date of the City's award of contract, the Contractor shall execute and return all Contract Documents required by the City. The City reserves the right to terminate the award if the above requirement is not met. Such termination will result in the forfeiture of the Bidder's Bond. SP2OF21 2-5.1 General. Add the following sentence to the first paragraph to read as follows. The Contractor shall maintain a control set of Plans and Specifications at the work site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show as -built conditions. Upon completion of the work, the Contractor shall submit the as -built plan set to the Engineer for approval. Final payment will not be made until this requirement is met. Add the following subsections: 2-5.1.1 Plans. Included as part of the Contract Documents are the following, which show the location, character, dimensions or 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 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, latest edition and supplements thereto, hereinafter referred to as the SPPWC, as written and promulgated by Public Works Standards, Inc. The Standard Specifications are SP3OF21 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, 2009 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 modification, modification of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, curb ramp and sidewalk improvements, median modifications, signing and striping modification and other items shown on, but not limited to plan T-6013-5 and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental." 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. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.4 Line and Grade. Add to this section: "The City will provide one set of construction staking as required to construct the improvements. Additional stakes or re -staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey ties and/or monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." SP 4 OF 21 PFINAIRW•. 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. 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," SP5OF21 SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the P 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 sandblasting 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. 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 �ii'�iCZ173►�i1 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. ..tr,. ._ planned to be in "red -flash" operation. The scheduling of these items shall be maintained and updated as necessary. The City Engineer shall be notified immediately arerescheduled." 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 90 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 1$t (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 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve) through January 1$t (New Years Day)." Modifications to the Placentia Avenue intersection shall be the first course of work and completed in an expedited manner. No work shall begin at the Coast Highway/Marguerite Avenue location prior t* January 2 nd 2013. Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours, Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. attached Traffic Signal Special Provisions Supplemental. Work performed at the Superior Avenue/Ticonderoga intersection on December 19th -20th shall cease and the roadway, bike lanes, and sidewalks shall be open, clear and free of debris by 4:00 p.m. each day to facilitate Holiday Boat Parade traffic. SP7OF21 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, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m, to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. (Night Work Alternative) At the request of the contractor, night work may be considered for the modification of the Coast Highway/Marguerite Avenue traffic signal to facilitate construction and minimize the disruption to the community. The following requirements shall apply: A. Night work hours shall be considered to be from 10:00 p.m. to 5:00 a.m. Sunday through Wednesday. No work is allowed Thursday, Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that 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. SP8OF21 7-1.2 Temporary Utility Services. Add to this end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $857 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. 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" 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "The contractor is responsible to coordinate an Econolite 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 Detection systems and Battery Backup systems. Additionally, the Contractor shall coordinate with the City Municipal Operations Department for planting, soil and irrigation work within the Coast Highway/Marguerite Avenue median modification area. City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." SP9OF21 air. r : • . •'. • • • • ., •. • ... 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 sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. 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.newoortbeachca,aovtoublicworks 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 (SMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: 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 SP 10 OF 21 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." 7-10.1 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 (WATCH), 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. "The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan for the median work and associated roadway closures for the Coast Highway/Marguerite Avenue improvements. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items_ For other locations, 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 (WATCH), also published by Building News, Inc. 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. SP 11 OF 21 3. All advanced warning sign installations shall be reflectorized and/or lighted. 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. The Contractor may close one lane of traffic in each direction when completing their work. Lane closures are limited from 9 a.m. to 3 p.m. 6. 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. 7. 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. 8. During a traffic signal outage ("dark" or prolonged "red -flash") "STOP" signs shall be furnished by the contractor. A minimum of two "STOP" signs and two shall be placed per approach. Signs will not be necessary during momentary "red -flash" while turning the traffic signal on." 9. Two (2) Changeable Message Signs (CMS) shall be placed one week prior to beginning of construction at the Coast Highway/Marguerite Avenue intersection to give advance warning of roadway work and possible delays. The signs shall remain in place until the intersection and traffic signal work is complete. Locations and messages shall be approved by the City Engineer prior to deployment. 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." SP 12 OF 21 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. Add the following Section 7-10.6 Notice to Residents 7-10.6 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to businesses and residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the businesses and residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 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 Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the SP 13 OF 21 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." 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: Work under this item shall include providing bonds, insurance and financing, preparing BMP Plan, construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications, post signs and all costs incurred notifying residents and businesses. In addition, this item includes traffic control plans prepared and signed by a California licensed traffic engineer, and providing traffic control required by the project including, but not limited to signs, cones, barricades, flashing arrow boards and changeable message signs, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, City of Newport Beach Requirements and the approved traffic control plan. This item shall include cost to furnish, setup, and remove two (2) Changeable Message Signs one week prior to beginning of construction at the Coast Highway/Marguerite Avenue intersection. The signs shall remain in place until the intersection and traffic signal work is complete. SP 14 OF 21 Item No. 3 Traffic Signal Modification (Superior Avenue at Ticonderoga Street): Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Superior Avenue/Ticonderoga intersection per the Plans, the Special Provisions and Supplemental. Item No. 4 Traffic Signal Modification (Coast Highway at Marguerite Avenue): Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Coast Highway/Marguerite Avenue intersection per the Plans, the Special Provisions and Supplemental. This item excludes maintaining temporary traffic signal operation, construction and modification of accessible curb ramps, Striping and signage installation or modification, and modification of the median nose on the west leg of the intersection as detailed in Bid Items 5, 6, 7, 8, 9, 10, 11 and 12. Item No. 5 Maintain Temporary Traffic Signal Operation (Coast Highway at Marguerite Avenue): Work under this item shall 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 Coast Highway/Marguerite Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection, CCTV and Ethernet communication 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, some, or all, of this bid item may be retained by the City dependent on work performed. Item No. 6 Remove and Construct P.C.C. Access Ramps: Work under this item shall include, but not be limited to, removing existing improvements, including curb and gutter, and constructing P.C.C. access ramps, including the detectible warning surface, curb, gutter and all other work items as required to complete the work in place per the Plans, the Special Provisions and Supplemental. Item No. 7 Modify Existing P.C.G. Access Ramps: Work under this item shall include, but not be limited to, modifying an existing P.C.C. access ramp to install a detectible warning surface and all other work items as required to complete the work in place per the Plans, the Special Provisions and Supplemental. Item No. 8 Traffic Striping: Work under this item shall include, but not be limited to, removal and installation of traffic striping, pavement markers, signs, posts and all other work items as required to complete the work in place per the Plans, the Special Provisions and Supplemental. SP 15 OF 21 Item No. 9 Median Modification - Removal of Existing Improvements: Work under this item shall include, but not be limited to, removing and disposing existing curb, landscaping, soil and other removal items required to modify the west -leg median of the Coast Highway/Marguerite Avenue intersection per the Plans, the Special Provisions and Supplemental. Item No. 10 Median Modification — Installation of P.C.C. Curb: Work under this item shall include, but not be limited to, installation of STD -183-L Type "D" P.C.C. curb as part of the Coast Highway/Marguerite Avenue west -leg median modification per the Plans, the Special Provisions and Supplemental. Item No. 11 Median Modification — Installation of Full -Depth AC Pavement: Work under this item shall include, but not be limited to, installation of full -depth AC pavement as part of the Coast Highway/Marguerite Avenue west -leg median modification per the Plans, the Special Provisions and Supplemental. Item No, 12 Median Modification — Miscellaneous Work: Work under this item shall include, but not be limited to, installation or modification of utilities, wiring, and other items required to complete the Coast Highway/Marguerite Avenue west -leg median modification per the Plans, the Special Provisions and Supplemental. This item excludes removals, installation of P.C.C. curb and installation of full -depth AC as detailed in Bid Items 8, 9 and 10. Additionally, this item excludes modification of the irrigation system and installation of landscaping, which will be performed by a City landscape contractor. The Contractor shall coordinate with the City Municiple Operations Department for this work. Item No. 13 Provide As -Built Plans. Work under this item shall include 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 $1000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 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." SP 16 OF 21 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2.2.1 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." 201-7.2 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." 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." 01#1511111D•7NZ_TNUIR[a7_11Ioxei "AAl�[cl 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: SP 17 OF 21 http://newportbeachcaggv/index.a page=157 and then selecting the link Franchised Maulers List." 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 sawcuts. Final removal between the sawcut 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%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. Rion -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer 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." 302-5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be IIIC3 PG 64-10. The A.C. for base course shall be 111132 PG 64-10. All cracks %-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-'I2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spans, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom.,, 302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.G. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.G. 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 "W" for sewer or water lateral and a chiseled °V -X° for water valve locations. "X" shall indicate the number of feet from the SP 19 OF 21 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." 307-1 GENERAL. Add to this section: The Work shall also conform to the Traffic Signal Specification Supplemental (as attached to these Specifications) and the State of California Department of Transportation Standard Specifications and Standard Plans (2010 Edition). Should a conflict occur between this section and the Traffic Signal Specification Supplemental, the Traffic Signal Specification Supplemental shall override this section. 307-20 SALVAGE. Add to this Section: 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. Salvaged materials/equipment 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 Visibilty Signal Heads; • Battery Backup Systems; and • Traffic Signal Cabinets (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. SP 20 OF 21 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 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. SP 21 OF 21 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." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: 1, The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." F:1UsersiPBWTSharedtContractsTFY 12-13TC-5223 - FY12-13 Traffic Signal RehabiSPECS C-5223.doc 12-13 Traffic Signal Upgrade Project September 24, 201.2 1.0 Summary of Work ............ ............................................................................................ 6 1.1 CONTRACT LIMITS.................................................................................................................. 6 1.2 DESCRIPTION OF WORK.......................................................................................................... 6 1.3 COST BREAK-DOWN.............................................................................................................. 6 1.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICALSYSTEMS. .................... ........ ............... ...... 6 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 7 1.6 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 8 1.7 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 8 1.8 CABLING REQUIREMENTS........................................................................................................ 9 1.9 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 9 2.0 Contractor's Qualifications.........................................................................................11 2.1 GENERAL...........................................................................................................................11 26 2.2 REQUIREMENTS, ........ ___ ........... __ .............................. __ ....... _ ................ _ ..... ... ... _._ 11 3.0 Fiber Optic Cable.......................................................................................................11 26 3,1 REQUIREMENTS...................................................................................................................11 3.2 QUALITY CONTROL.............................................................................................................. 13 3.3 G EN F. RAL CO NSI DERATIO NS................................................................................................... 13 3.4 FIBER CHARACTERISTICS........................................................................................................ 13 3.5 COLOR CODING................................................................................................................... 14 3.6 GENERAL CABLE PERFORMANCE.............................................................................................14 3.7 DROP CABLE....................................................................................................................... 15 3.8 FIBER PATCH CORDS... ..... ............. ... _ ....... _ ....... ...... ............................ ................... . 16 3.9 FIBER OPTIC FAN -OUT KITS................................................................................................... 16 3.10 FIBER OPTIC CONNECTORS...................................................................................................17 3.11 FIBER OPTIC INSTALLATION.................................................................................................... 17 3.12 SPLICING....... .... ... _ ...... ........... ...... ...... _ ........ ... _ ......... _ ......... __ 19 3.13 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 20 3.14 FIBER ASSIGNMENTS............................................................................................................ 22 3.15 FIBER OPTIC CABLE LINK TESTING........................................................................................... 22 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE). . ........................ .................................. 24 117 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 25 3.18 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 25 3.19 #10 GREEN TRACER WIRE.................................................................................................... 26 4.0 Microduct..................................................................................................................26 4.1 GENERAL........................................................................................................................... 26 4.2 REQUIREMENTS................................................................................................................... 26 4.3 QUALITY CONTROL.............................................................................................................. 26 4.4 MATERIAL..........................................................................................................................26 4.5 INSTALLATION..................................................................................................................... 26 F:\users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 5.0 Fiber Patch Panel/Wall Interconnect Unit..................................................................27 5.1 GENERAL...........................................................................................................................27 S,2 DESCRIPTION...................................................................................................................... 27 6.0 Fiber Distribution Unit (FDU) and Rack.......................................................................27 6.1 GENERAL...........................................................................................................................27 6,2 DESCRIPTION OF FDU.......................................................................................................... 28 63 DESCRIPTION OF RACK.... ... .......................... ___ ....... ................ _ ..... _ ... __ ...... ....... ....... 28 6,4 INSTALLATION..................................................................................................................... 29 7.0 Splice Closures...........................................................................................................29 7.1 GENERAL...........................................................................................................................29 7.2 INSTALLATION..................................................................................................................... 30 8.0 Ethernet System...„...................................................................................................31 8.1 GENERAL. .................................... ................ ............... .................... ................... ........ 31 8.2 CAT6-A CABLE................................................................................................................... 31 8.3 INSTALLATION...................................................................... _ __................................,........ 31 8.4 TESTING ......................... ................................................. ..................... ........ ...................... 31 8.5 WARRANTY........................................................................................................................ 31 9.0 Power Strip................................................................................................................32 9,1 GENERAL...........................................................................................................................32 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 32 9.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 32 10.0 Ethernet Radio System...............................................................................................33 10.1 GENERAL...........................................................................................................................33 10.2 REQUIREMENTS. ............. ....... __ .......... .......... ___ ..... ........ ........... _._ ..... 33 10.3 TESTING............................................................................................................................. 33 10.4 WARRANTY........................................................................................................................33 11.0 CCTV System..............................................................................................................34 11.1 GENERAL........................................................................... ............................................... 34 11.2 CCTV IP DOME CAMERA...................................................................................................... 34 11.3 CCTV VIDEO ENCODER........................................................................................................ 34 11.4 CCTV INTEGRATED CAMERA CABLE........................................................................................ 36 12.0 Conduit......................................................................................................................36 12.1 GENERAL...........................................................................................................................36 12,2 REQUIREMENTS...................................................................................................................36 12.3 QUALITY CONTROL.... ............ ........ ...... ....... ......... ......... ........... 36 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT..,.. .................................... ........... ___ ......... 36 12,5 PVC SCHEDULE 80 CONDUIT................................................................................................. 37 12.6 INSTALLATION..................................................................................................................... 37 F:\UsersNPBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL. C-5223.doc iii 13.0 Pull Boxes..................................................................................................................39 13.1 GENERAL........................................................................................................................... 39 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 39 133 INSTALLATION REQUIREMENTS............................................................................................... 40 13.4 INSTALLATION DETAIL........................................................................................................... 41 14.0 Conductors and Wiring..............................................................................................41 14,1 SPLICING............................................................................................................................ 41 14.2 TEMPORARY OVERHEAD WIRING............................................................................................ 42 15.0 Twisted Pair Cable.....................................................................................................42 15.1 GENERAL...........................................................................................................................42 15.2 REQUIREMENTS ................. .......................................................... :................................. ..... . 42 15.3 CABLE MARKING................................................................................................................. 42 15.4 QUALITY CONTROL.............................................................................................................. 42 15.5 GENERAL CONSIDERATIONS...................................................................................................43 15.6 INSTALLATION..................................................................................................................... 43 15,7 COMMUNICATION LINK TESTING............................................................................................ 43 16.0 Controller Cabinet Assemblies...................................................................................44 16.1 CITY FURNISHED EQUIPMENT................................................................................................. 44 16.2 GENERAL...........................................................................................................................44 16.3 DOCUMENTATION............................................................................................................... 45 16.4 WARRANTY........................................................................................................................ 45 16.5 CABINET STANDARDS...........................................................................................................45 16.6 CABINET WIRING................................................................................................................. 45 16.7 CABINET EQUIPMENT_ ..... ___ ....... ____ ........................................ .......... .... _ ... ...... .... _ 48 17.0 Standards, Steel Pedestals, and Posts.........................................................................49 17.1 EXCAVATING AND BACKFILLING..... ............................... ...... _ ....................................... _ .... _ 49 17.2 GENERAL...........................................................................................................................49 17.3 FOUNDATIONS.................................................................................................................... 49 16.0 Service Enclosures.....................................................................................................50 18.1 GENERAL...........................................................................................................................50 19.0 Vehicle/Pedestrian Signal Faces.................................................................................50 19.1 LIGHT EMITTING DIODE SIGNAL MODULE..... ..... ..... __ ..... _ ........ ................ ......... 51 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE ............................................ 51 20.0 Vehicle Detectors.......................................................................................................51 21.0 Pedestrian/Bike Push Button Assemblies...................................................................52 21.1 HIGH PRESSURE SODIUM LUM.INAIRES..................................................................................... 52 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ 52 21.3 LAG-TYPE REGULATOR BALLASTS............................................................................................ 53 F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc rV 21.4 LEAD TYPE REGULATOR BALLASTS.. — . ................ — .......... — .......... ......... -- ..... — ..... ...... — ...... 53 21.5 PHOTOELECTRIC CONTROLS................................................................................................... 53 21.6 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.................................................................. 53 22.0 Opticom Priority Control System................................................................................56 23.0 Battery Backup System..............................................................................................56 23.1 BATTERY BACKUP CABINET.................................................................................................... 57 24.0 SIGNS........................................................................................................................57 24.1 GENERAL...........................................................................................................................57 F:\Users\PBW\Shared\Contracts\FY 12-1310-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL. C-5223.doc V RIFIERN ' 11 Below are the contract limits for work to be done on City right-of-way. Project Intersection Locations Superior Avenue at Toconderoga Street Coast Highway at Marguerite Avenue The Contractor shall be responsible to furnish necessary equipment, materials and services to modify the Superior Avenue/Ticonderoga Street and Coast Highway/Marguerite Avenue intersections per the plans (T-6013-5), Special Provisions and Special Provision Supplemental. Construction at the Coast Highway/Marguerite Avenue intersection shall not begin prior to January 2nd 2012. Cost break -down shall conform to the provisions in Section 86-1.03, "Cost Break -Down", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. In addition to items listed in Section 86-1.03, the cost break -down shall include cost information for the following items: • Installation/modification of curb ramps and sidewalks; • Median Modifications; • Striping Modifications; • Traffic Control Plans/deployment; and • Other items necessary for completion of the project. The Contractor shall furnish the Engineer a cost break -down for the contract lump sum items on a per bid item basis. Cost break -down tables shall be submitted to the Engineer for approval within fifteen (15) working days after the contract has been approved. Cost break -down tables will be approved, in writing, by the Engineer before any partial payment will be made. 1.4 MAINTAINING ExISTING AND TEMPORARY ELECTRICAL SYSTEMS Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86-1.06 "Maintaining Existing and Temporary Electrical Systems" of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. The Contractor shall request prior authorization from the Engineer for each traffic signal system shutdown. Traffic signal system shutdown shall be coordinated through the Engineer, and shall be kept to a minimum, as determined by the Engineer. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc The Contractor shall install temporary wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated in bid items. This may include temporary wiring, temporary traffic signal poles and temporary relocation of the traffic signal cabinet. All existing signal indications, pedestrian and bicycle push buttons, and control equipment shall be maintained in operation, except during shutdown hours as specified above. 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, some or all of this bid item may be retained by the City dependent on work performed. All damaged detector loops shall be back in service within five (5) working days (unless otherwise specified). The Contractor shall place 'Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal shutdown. Temporary 'Stop Ahead" and 'Stop" signs shall be either covered or removed when the system is turned on. "Stop" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12-3.06, "Construction Area Signs" of the State of California Department of Transportation (Caltrans) Standard Specifications. Minimum size of "Stop" signs shall be 30 inches. One 'Stop" sign shall be placed for each direction of traffic. For approaches with two or more lanes, a minimum of two 'Stop" signs shall be placed. Location of the signs shall be as directed by the Engineer. 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown and red flash operation shall be limited to the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday, excluding Tuesdays), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The contractor shall provide a schedule that details all planned traffic signal outages and when the signal is planned to be in "red -flash" operation. The scheduling of these items shall be maintained and updated as necessary. The City Engineer shall be notified immediately when these items are rescheduled." 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 F_\Users\P6w\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL G-5223.doc 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. Existing street fighting 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. 1.6 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 wail 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. 1.7 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 110%; frequency range, 60 Hz 11. • High Frequency Interference Spikes of 50 volts. F;\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signa( Rehab\SPECS SUPPLEMENTAL C-5223.doc 8 • 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 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. 1.8 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. 1.9 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. F:\Users\PBw\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 9 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 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 Econolite, as directed by Engineer, for Field Work and TMC 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. F:\Users\P&w\Shared\Contracts\FY £2-13\CS223 - FY£2-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 10 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 CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. 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. 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 two (2) 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, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223-doc 11 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 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, Allfiber 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 XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 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 CABLE MARKING 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 Coder' (N ESC ), 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 12 4. The marking shalt be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 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. Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.4 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 G.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 OFS Media FX Plus or approved equivalent Core diameter 8.3 µm (nominal) Cladding diameter 125 µm ± 1.0 pm Core to Cladding Offset <_ 0.7 pm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia + max. cladding dia.)Jx100 <_ 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 r:\Users\PBw\Shared\Contracts\FY 12-13\G5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 13 Parameters Value Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 15SO nm Chromatic Dispersion: Zero Dispersion Wavelength (Ao) Zero Dispersion Slope 1302 <X" :5 1322 nm <_ 0.092 ps/(nmZ,km) Maximum Dispersion: < 3.5 ps/(nm,km) for 1285 - 1330 nm� < 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ±0.4 pm 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) Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-5986 "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. 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- F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signa! Rehab\SPECS SUPPLEMENTAL C-5223.doc 14 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 2S 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 €bf/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 note 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. 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 d6 at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under SX 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% 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 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 d6 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. As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) 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 r:\Users\P&w\Shared\Contracts\rY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 15 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. 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 shod be from OFS, Corning Cable System or approved equal. 3.9 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 _ 31m m (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 F.\Users\PBW\Shared\Contracts\FY 1243\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 16 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 OFS, Corning Cable System or approved equal. 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 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 6 -40 dB between a temperature range of -40° C to 75° C Durability <_0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 ib. Temperature Cycling —<0.3 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 OFS, Corning Cable System or approved equal. 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: F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENI"AL C-5223.doc 17 • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures, • Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight' loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. S. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. 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 OFS or 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. When microduct is not used, the 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 F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 18 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. 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 the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. 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 microduct and 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. 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 unspliced 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. 3.12 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the pians. 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 19 • 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. 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. 3.13 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FYI 2-13 Traffic Signal Re hab\SPECSSUPPLEMENTAL C-5223.doc 20 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 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 47m 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 IV.). F:\Users\PBW\Shared\Contracts\FY 12-13\C.-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 21 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. 3.14 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 3.15 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% 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. F;\Users\PBW\Shared\Contracts\FY 12-13\C 5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 22 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 OOD test set, a RIFOCS 263A visual fault finder, OFS, 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 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 F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 23 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: • 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 toss Testing (After instaliotion) 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, 3.16 INSERTION LOSS TEST EQUIPMENT GIBER 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL G5223.doc 24 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 (-O.S 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 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. 3.17 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(d6m) — 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(0) = 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. 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. F.\Users\PBW\Shared\Contracts\PY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 25 kRIPK3[�Z T 1f73 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. E 1' 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 1, Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct 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. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The F.\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 26 Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. FIBER5.0 . TCH PANEL/WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also tailed 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. 5.2 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. 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 SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. M 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. F:\Users\PBw\.Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 27 The FDUs 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. M no L a • The FDU at the Police Station shall be 19 -inch rack mountable fiber interconnect enclosure, suited for indoor use in a standard EIA 19 inch equipment rack. 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 fiberoptic 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 dB. 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 OFS, Corning Coble System or approved equal. 6.3 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. Contractor shall receive direction from Engineer on location of rack within room. 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL G5223.doc 28 • 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 minutes capacity shall be installed in rack • Black in color • Warranty — Lifetime The flock shall be Chatsworth Model #4353-701 with Cable Management Model #30530-719 and 11730- 701 or approved equal. 6.4 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. 7.1 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 +700 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 104 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 29 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 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. 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 encapusulant. 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. F:\Users\PBW\Shared\Contracts\FY 12-13\05223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 30 Splice closures, encapsulant, trays, and reseal kits shalt be from OFS, Corning Cable Systems, or approved equal. 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 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. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 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. 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. 8.3 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. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 31 9.1 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. • ,• 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. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 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 F:\Users\PBw\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signa! Rehab\SPECS SUPPLEMENTAL C-5223.doc 32 9, Power shut down 10. 19 inches long for rack -mounting 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. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Cite ISOBAR81Jltro-NEMA and ISOBARI2{I1tra-Rack-Mount, or approved equal. I 1 1 "`11 ! ill The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 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. WMANATOTWOM 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 tap to 35 Mbps 4. Environmentally hardened outdoor units 5, Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB58INT or approved equal 10.3 'TESTING 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. 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. F?\Users\PBW\Shared\Contracts\FY 12-13NC 5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL CS223.doc 33 The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. 11.1 GENERAL The Closed Circuit Television (CCTV) 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, CCTV cable (video/data/power), CCTV camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCTV camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCTV camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCTV camera locations identified herein will be done by a pair of IP video encoders. The Camera shall be IP DSP, Color CCD and capable of producing H264 and MJPEG encoding with maximum resolutions of 1280 x 720 and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 18 X and 6 X digital zoom and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate at 30 frames per second. The camera shall operate at NEMA TS2 voltage levels of 24 VAC to 120 VAC and environmental temperatures of -400 to 65°C. The camera shall have a minimum of 8 programmable privacy zones, zones at which the video is blanked, and 64 presets. The camera shall be in a pressurized with dry nitrogen 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 30 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. 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 CCTV Dome Camera shall be CDHU Model 3920HD, or approved equal, The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FYI 2-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 34 The video streams shalt have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend mounting procedures to Engineer for approval, including the Contractor furnishing and installine a 19 - inch rack mounted shelf in cabinets where communication eauioment is installed. The CODEC -1 shall provide at least one video input for an NTSC CCTV camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCTV camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCTV cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and T1 protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: • NTSC or PAL video standards • Composite and S -Video inputs • One video input with optional two or four inputs • MPEG-1, MPEG-2 and MPEG -4 Video Compression • Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: o SiF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (L1, 1-2), MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol • Input power from 85 to 250 VAC (auto -ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 —80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius • Standard 19" rack unit at 1U (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCTV cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - EY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 35 The CCTV Video Encoder shall be COHU i-linx Model 9905-4500, or approved equal. 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCN cable shall be COHIJ, or approved equal. 12.1 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. 12.2 REQUIREMENTS Unless otherwise approved, new conduit shall 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. 12.3 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. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 36 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 seat the wall of the spice vault/pull box. The conduit shall be color coded black. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or €ndot made or approved equivalent. 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 shalt be Carlon or €ndot made or approved equivalent. 12,6 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 37 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 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. 12.6.1 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 F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 38 prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 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: 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 11 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. 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 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 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 36 inch L x 24 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY32-13 Traffic Signal Re h a b\SPECSSUPPLEMENTAL C-5223.doc 39 Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score tine to score line as directed by Engineer. Pull boxes and rovers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent 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 636X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Pians, 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. F,\Users\PBW\Shared\Contracts\FY 12-13\05223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 40 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. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors", Section 86- 2.08D, "Signal Cable" and Section 86-2.04, "Wiring", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. Traffic Signal cable shall be used for all signal circuits. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 86 2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 12 mils for conductor sizes No. 14 and No. 12, and 16 mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mils at any point. The cable shall be stripped at the 10' level terminal compartment (not up from the base of the pole). Conductors for the pedestrian indication shall be 'jumpered' from the signal terminal block down to the pedestrian indication. Conductors No. 8 AWG or larger shall be stranded. When new conductors are to be installed in a conduit with existing individual conductors (service wire excepted), all individual conductors shall be removed and replaced with multi -conductor cable. 'Slipping' of new cable in conduit with existing cable is not permitted. Each conductor shall have clear, distinctive and permanent markings for identification in all locations, including pull boxes and shall conform to the State of California Standard Specifications. The Contractor is responsible to provide a level of workmanship for final inspection and cabinet wiring to the satisfaction of the Inspector. Time and material required to attain desirable product shall be included in the overall bid prices and no additional compensation shall be allowed therefore. 14.1 SPLICING Splicing shall conform to the provisions in Section 86-2.04D, "Splicing," of the Caltrans Standard Specifications, and these Special Provisions. No. 10 AWG conductors or larger shall be spliced by the use of compression connectors. Traffic signal and Opticom conductors shall not be spliced. r:\Users\PBW\Shared\Contracts\rY 12-13\C-5223 - EY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 41 Splice insulation shall conform to the provisions in Section 86-2.09E, "Splice Insulation," of the Caltrans Standard Specifications dated May 2006, and these Special Provisions. Splices shall be installed by the "B" Method. All temporary overhead circuit runs shall be 28 -conductor cable. When exposed over the roadway, they shall be at least 20 feet above the finished roadway surface. Over the sidewalk and the roadside areas not open to vehicular traffic, they shall be at least 10 feet above the finished roadway surface. 15.1 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. 15.2 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. 15.3 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 (%) of the diameter of the cable and must be permanent and weatherproof. 15.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. F:\Users\PB W\Shared\Contracts\FY 12-13\C-5223 � FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL G5223.doc 42 The twisted pair cable shall meet the following: • Conductors: Solid # 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 • 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 15.6 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, 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. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 15.7 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLE MENIAL C-5223.doc 43 • 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. Signal cabinet assemblies including controller units, less anchor bolts, will be City furnished; anchor bolts shall be Contractor furnished. Contractor will be responsible to furnish and install all other appurtenant items identified on the signal plans. Contractor shall be responsible for the loading and transport of the signal cabinet assemblies from the City Yard to the job site. The City Yard is located at: 3300 Pacific View Drive, Newport Beach, California. Contact Mr. Bryan Loo at (949) 644-3324, a minimum of two working days to arrange for the pick-up of equipment. Contractor shall coordinate with the cabinet manufacturer to have a technician onsite during turn -on of the cabinet. 16.2 GENERAL 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. National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 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 wJ 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. P:\Users\PBw\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 44 16.3 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. 16.4 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. 16.5 CABINET STANDARDS 16.5.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "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. • 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 out side seams shall are to 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.). 16.5.2 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 "11" cabinets shall have three (3) shelves 16.6 CABINET WIRING 16.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 16.6.2 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 .5 amp fuse. F:\Users\PBw\$hared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 45 16.6.3 AIR FiLTERASSEMBLY 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. 16.6.4 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. 16.6.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 16.6.6 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. 16.6,7 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. 16.6.$ 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). 16.6.9 2 -POSITION AUTOfFLASH 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. 16.6.103-PosiTioN AUTOlOFFION 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 46 16.6.112 -POSITION CONTROLLER POWER ON/OFF-- 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. 16.6.12 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. 16.6.132 -POSITION SIGNALS ONIOFF 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. 16.6.142 -POSIT ION AUToIFLASH 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. 16.6.15CARLES 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. 16.6.16COLOR CODING All cabinet wiring shall be color coded as follows: • 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 16.6.1 %MAIN -PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solderless connectors shall be used. Printed circuit boards shall Not be used on main panels. 16.6.18FLASHING 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. 16.6.190ETECTOR 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. 16.6.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 47 16.6.21 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. 16.6.22FIELD 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. 16.7 CABINET EQUIPMENT 16.7.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 16.7.2 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 equivalent. 16.7.3 MMU(MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA T52 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. 16.74 BIU (BUS INTERFACE UNIT) BTU's shall meet all TS2-1992 section 8 requirements. In addition all BTU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 16.7.5 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. 16.7.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRALS central control system. The interface panel shall also contain wiring for door open and flash alarms. 16.7.7 POWER BUS ASSEMBLY 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. F\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 48 16.7.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemon model # 566M1-50 and sub- base. 16.7.9 LOA➢ 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. 16.7.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 16.7.11 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. 16. 7.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 16. 7.13 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 City Engineer. 16.7.14 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. 17.1 EXCAVATING AND BACKFILLING Excavating and backfilling shall conform to the provisions in Section 86-2.01, "Excavating and Backfilling", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. i Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment, except as noted otherwise on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 17.3 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13'rraffic Signal Rehab\SPECS SUPPLEMENTALC5223.doc 49 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, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 18.0 SERVICE ENCLOSURES 18.1 GENERAL Electrical service shall be modified Type 11 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 11 Enclosures refer to State Standard Plans ES -2B and City Standard 910-L (P and R cabinets) and for Type 111 -BF Enclosures refer to State Standard Plan ES -2E for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. if deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the 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. WJMLVjTWfAW All vehicle and pedestrian indications/heads shall be furnished and installed/replaced new, including mounting framework and hardware. All 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. All new vehicle indications, visors, and back plates shall be structural plastic, Top openings of vehicle indications shall be sealed with neoprene gaskets. Fl\Users\PBW\Shared\Contracts\FY 12-13\C 5223 - FY12.13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 50 All pedestrian indications shall be Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 19.1 LIGHT EMITTING DIODE SIGNAL MODULE All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. LED signal modules shall be fully compliant to the Institute of Transportation Engineers (ITE) Vehicle Traffic Control Signal Heads (VTCSH) LED Circular Supplement specifications dated and adopted June27, 2005. Contractor shall submit to the City Engineer reports from ETL/intertek that certify full compliance of all LED ball signal modules to the entire ITE specification. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED Countdown units installed. LED countdown pedestrian signal modules shall be fully compliant to the ITE PTCSI Part -2: LED Pedestrian Traffic Signal Modules specifications adopted August 4, 2010. Contractor shall submit to the City Engineer reports from ETL/Intertek that certify full compliance of LED signal modules to these specifications. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 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. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -56 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the detail on the plan and will be placed immediately behind the limit line/crosswalk. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. P',\Users\PBW\Shared\Contracts\FY 12-13\C-5223- FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 51 • All Pedestrian and bicycle push buttons assemblies shall be furnished and replaced new, including mounting hardware. New pedestrian push button assemblies shall be mounted at 3'-4" above the finished surface, measured from the surface where the pedestrian is located. Holes left in the shafts of the existing standards due to removal of existing push buttons shall be repaired by welding a suitable disk, grinding smooth and painting as provided for repairing damaged galvanized surfaces in Section 75-1.05, "Galvanizing", in the State Standard Specifications. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 74/2". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5).Lighting 21.1 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 200W (see plans) NPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.O1A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminoire 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." P:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 52 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 a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 21.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 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." 21..5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 21..6 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting arms, mounting brackets and hardware. All new internally illuminated street name signs shall be edge lit LED and shall be as specified in these Special Provisions. Sign legends shall be white on a green background. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. F:\Users\PHW\Shared\Contracts\FY 12-13\C-5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 53 21.6.1 MECHANICAL The sign housing shall be constructed of 6063-T5 extruded aluminum. Complete housing assembly to be TIG welded construction. The standard housing width will be a nominal 3.00" wide and 22" high with standard lengths of 72"and 96". No tools will be required to replace the Sign Panels, LED Light Engine and LED Driver. The sign housing will accept panels from either end and panel up to .177 thickness. Housing will overlap panels a minimum of 1.63" around all edges. Housing to be designed to facilitate in field maintenance. LED driver to be located for ease of maintenance. LED light modules to be mounted on removable trays. Trays can be removed from either side without the use of tools. The complete fixture maximum weight will be as follows: 72" x 18": 53lbs 96" x 18": 65lbs The housing should be designed to allow moisture to drain out each end through the end caps. Sign will be supplied with two hinging Bevis attachments points welded and bolted to the top of the sign housing. Clevises will be a minimum of three inches wide. Hinge pin will be a 3/8" in diameter stainless steel shoulder bolt. There will be a bronze bearing interface between the hinge bolt and the top clevis brackets. Hinge bolt to be secured with a stainless steel nylok nut. A Y2 -13 x 5.0" stainless steel hex bolt fastens through the top clevis bracket for attachment to the mastarm adjustable bracket. 21.6.2 FINISH Sign shall be clean and free of any blemishes, burrs, or scratches. All metal parts to be fabricated in a uniform method. Sign housing shall have natural aluminum finish with clear powder coat finish no less than 2mills and no more than 5 mills thick. 21.6.3 ENVIRONMENTAL Sign fixture shall be designed and constructed withstand 70 miles per hour wind loads in conformance with the requirements of the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaries and Traffic Signals", and amendments thereto. The sign panels shall not deform or warp under a 70mph wind loading. The sign and power supply should be able to withstand and operate at temperature extremes of -22 deg F to +140 deg F (-30 deg C to +55 deg C) F:\Users\P6w\Shared\Contracts\FY 12-13\C 5223 - FY12-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 54 21.6.4 SIGN PANEL Reflective sign panels shall have a .177 thick clear polycarbonate base substrate. An ASTM type IV reflective sheeting shall be applied to the polycarbonate. All clear polycarbonate shall be heat dried prior to application of reflective sheeting. Panel layout at minimum shall conform with the MUTCD standards. Lettering to be 8" Highway Gothic E font. Lettering to be centered horizontally and vertically. A %" white border will show around the entire perimeter of the sign panel after installed in the sign housing. The appearance of the sign face shall be uniform throughout and shall be free of wrinkles, streaks, air bubbles or blemishes that may detract from the general appearance or color matching of the sign when viewed from a distance of twenty-five (25) feet. 21.6.$ ELECTRICAL The nominal power consumption for signs is as follows: Sign Length 72" 96" 21.6.6 LED DRIVER Input Voltage Range Output voltage Max Watts UL Operating Temp Overload Protection IEC Watts 60W 80 W 90-264VAC @ 50/6OHz +24VDC 60 Watts (Two required for 84" and 96") UL1310 Class 2 -22°F-+140'F (-30°C - +55'C) Yes (Auto Recovery) IP67 (Full Encapsulation) 21.6.7 LED LIGHTENGINE The LED light engine shall be composed of 11.50" long PCB assemblies. Each PCB assembly will have a 5 pin single row connector on each end. One of the connectors will have a male connector and on the other will be the mating female version, allowing direct end to end connection to facilitate maintenance of light engine. Each LED PCB assembly shall have circuitry that compensates for temperature and drives the LED's with constant current. The circuit shall also have the option of dimming with a PWM signal. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FYI 2-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 55 LED's to be high brightness low wattage with a average CCT of 5000K. Each LED PCB assembly will produce a minimum of 340 lumens. The light engine will produce an average of 250 nits of panel brightness on each panel for a double sided sign. LED 1/SNS signs shall be Nuart Edgelit, or approved equal. 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, phase selector slots shall be incorporated in the vehicle detection rack. 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: s GTT Model 752 phase selector units, o GTT Model 760 rack (if required), 0 GTT Model 722 optical Detector Units 0 GTT Model 138 optical Detector Cable 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: 0 Inverter/Charger (with RS232 port): 24,111 (NEMA) 0 Combined Manual Bypass Switch —511016 0 12 VDC, 79 AH Group 24 AGM batteries (four per system) —390003 0 All necessary hardware and interconnect wiring 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FYI 2-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223,doc 56 Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be California Chassis P/N FCU104664 or approved equal and made of Aluminum alloy. 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. I 24.1 GENERAL Sign shall be standard size per the California MUTCD (latest edition) unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.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. 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. F:\Users\PBW\Shared\Contracts\FY 12-13\C-5223 - FYI 2-13 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-5223.doc 57 CERTIFICATE OF INSURANCE CHECKLIST t tt This checklist Is comprised of requirements as outlined by the City of Newport Beach.'" Date Received: 10/4/12 _ Dept./Contact Received From: Tania �. Date Completed: 12/3/12 Sent to: Tania By: Renee CompanylPerson required to have certificate: KDC, Inc. DBA: P ny aiectric Type of contract: _ All other I. GENERAL. LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/12 to 10/1113 _ A. INSURANCE COMPANY: Continental CasualtyCompany _,__�._�� B. AM BEST RATING (A-: VII or greater): A XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? N Yes El No D. LIMITS (Must be $1 M or greater): What is limit provided? $Z,( 00,000 /_$'6,000,(0() E. ADDITIONAL INSURED ENDORSEMENT — please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A T F. not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND N N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ NIA ❑ Yes N No H. Operations status does not apply to Waste Haulers) N Yes El No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes [] No 1. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes E7 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): N NIA ❑ Yes ❑ No L. NOTICE OF CANCELLATION: El N/A N Yes E] No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 101111_2 to 1011/13 _ A. INSURANCE COMPANY: _Continental Casualty Company _,__�._�� B. AM BEST RATING (A-: VII or greater) A XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes El No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $2,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A T F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ NIA ❑ Yes N No H. NOTICE OF CANCELLATION: 0 N/A N Yes ❑ No in, VVORKER8C0MPFNS/Ql0N EFFECT|VE/EXP|RATION DATE: A. INSURANCE COMPANY: B� AN|BEST RATING (pr:VII vrgoeated: _/LX/__________.____-_______'______ C. ADMITTED Company (Must beCalifornia Admitted): Yes [lNo D. WORKERS' COMPENSATION LIMIT: Statutory MYes FlNn E. EMPLOYERS' LIABILITY LIMIT (Must be$1yNorgreater) ______ F. WAIVER 0FSUBROGATION (To indude): |nitincluded? XYes FlNo C. SIGNED VV0RKERG'COMPEN88T10NEXEMPTION FORM: NN* El Yes El No H, NOTICE OFCANCELLATION: F7N/A MYes FlNn ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED |V. PROFESSIONAL LIABILITY Y POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? N N/A El Yes EI No Z NIA F1 Yes El No El Yes X No 1213f 12 Agentof/U|inn||nauran*a—Services Date Broker o[record for the City ofNewport Beach ----^^^- – – ------ – -^--`– – - –^^'^^– — ---- –`^~~^`— --- —^^^^------~– --`-- ------- – -- ----------- RISK MANAGEMENT APPROVAL Nun-admdtedcarrier rated less than ___ Self Insured Retention orDeductible greater than ¢ [lN/A [] Yes []Nu Reason for Risk Management a : Approved: Risk Management i1 PATE (MMIDRIYYY`Q oZ® CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the PRODUCER MARSH USA, INC. 601 MERRITT 7 NORWALK, CT D6856 Attn:Emco€.Cert€equest'o�7marsh cam 1 Fax; 203-229-6787 958870 -JWP -KIR -12-13 312081 BCDPJ INSURED .-._..-. _._ _...� ._ KDC INC GIB/A DYNAL,ECTFUC 4462 CORPORATE CENTER DRIVE LOS ALAMITOS, CA 90720 COVERAGES CERTIFICATE NUMBER: NYC -D06535653,01 REVISION NUMBER:6 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO`ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. AOOLIISUB POLICVEFF POLICYEXP "— tN1'R TYPE OF INSURANCE POLICY NUMBER MM/DDNYYY MMIOD/YYYY LIMITS A GENERAL LIABILITYE ;OL2i (87039 IOMI12012 10i(AI2013 EACH OCCURRENCE X DAM 61 TO RENTED � 1,000,000 �__ COMMERCIAL GENERAL LIABILITY i PREMISES_(Eaoccunence CLAIMS -MADE lxl OCCUR ( ERP (Any one parson) $ 25,000 _ 1 rMEG ` PERSONAL&ADVINJURY S NERAL AGGREGATE $ GENIL AGGREGATE LIMIT APPLIES PER: [PRODUCTS- COMfVOP AGG r$ „6,000,000 14,000,000 PR0. ' a I POLICY I X] LCC A AUTOMOBILE LIABILITY ) SPA 2695787090 10101/2012 `1019112013 ICOMBINED SINGLE LIMIT IEa aaia n� _ 2 �0 X ANY AUTO ILY INJURY (Per person) ,$ ALL ITISOWNED SCHEDULED =AU ITIS ALROS 1 Y INJURY B er Acedeni) r S i".—Cfc," x X j NON,OWNEO PERFY DAMAGE WREDAUTOS AUTOS Actuu 'Auto Physical Damage a Included A X UMBRELLA LIAR X_ OCCUR ! L. 2068208285 10(01/2012 10/01(2013 EACHQCCURRENCE ,S 5,000WO EXCESS UAE. i CLAIMS -MADE I AGGREGATE Y$_.. 5,0N,Q00 GED X I RP_TENTION$ 10,000 B WORKERS coMPEmsnnoN WC 2095787009 (AOS) 1010112012 10!01(2013 a.$ X Wt,Ia STATU- DTH. I I AND EMPLOYERS' LIABILITY7 B ANY PRO RiETORtPARTNER!EXECUTIVE YIN WC 2095787011(CA) '1IN1a12013 EL EACH ACCIDENT R'€t8?.000 OFFiCE�RIMEMBER EKCLUDEDe N r A O ($ C (Mandatory In NH) _ WC 2095787025 (AZ, OR, WI) 10IfNI2012 10[0112013 EL DISEASE - EA EMPLOYEE $D011201`2 1.000,000 If yes, descnbe under _ 1,000,000 DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT $ i I I I DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if nears space is required) RE: 312081 FY12-13 TRAFFIC SIGNAL REHABILITATION � CONTRACT NO. 5223 ADDITIONAL INSURED UNDER ALL POLICIES (EXCEPT WORKERS COMPENSATION & EMPLOYERS LIABILITY) WHERE REQUIRED BY CONTRACT: CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND AGENTS, WAIVER OF SUBROGATION AS REQUIRED BY CONTRACT, COVERAGE PROVIDED TO THE ADDITIONAL INSUREDS IS PRIMARY &NON-CCNTRISUTORY. UMBRELLA POLICY SITS ABOVE THE UNDERLYING GENERAL LIABILITY, EMPLOYERS' LIABILITY AND ALIT 0 LIABILITY, CITY OF NEWPORT BEACH ATTFI BRAD SOMMERS 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE ofi Marsh USA Inc. Heidi Bauernneister ,Jlf G¢Clr e-. /pilf%Tav!-epi Pa 1988-2010 ACORD CORPORATION. All riahts reserved ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 958870 Loc u: Norwalk ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY 'NAMED INSURED MARSH USA, INC. KDC ING DINADYNALECTRIC POLICY NUMBER 4462 CORPORATE CENTER DRIVE LOS ALAMITOS. CA 90120 CARRIER NAiC CODE EFFECTIVE DATE: ADDITIONAL REMARKS IIf'THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, t FORM NUMBER: 25 FORM TITLE:Certificate of Liability ! sUrance _ Auto Physical Damage Comp t Coll Dedmia bte $500 In the event of cuncellaron or material change that re port or restricts the Insurance afforded by pro Coverage Pad (other than the reduction of aggregate limits through payment of claims as applloablo), Insurer agrees to mail prior vaitten nofwe of cancellation, or material change to: Certificate Holder Scheduo ^.. Number of days advance noflce. For any statutorily promised reason other than non-payment of premium, the number of days receptor for notice of eanica llon as provided in paragraph 2 of either the Cancellation Common Policy Conditions or as arnended by the applicable state cancellation endorsement is increased to the lesser of 60 days or the number of days required in a written contract. For non-payment of premium, The greaterof (1) the number of days required by sale law or (2) 0e number of days required by written contract. 2. Name: Notice vast be monad to: Candidate holder ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved, The ACORD name and logo are registered marks of ACORD POLICY NUMBER:GL 2095787039 Effective Date: 10-1-12 to 10-1-13 Carrier: Continental Casualty Company This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Mame Of Person Or Organization: Any person or organization with whom you agree under a contract to waiver your right to recover against them. You must agree to this waiver prior to the date of loss. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section tV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work"' done under a contract with that person or organization and included in the "products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 9 of t POLICY « BUA 2095787090 COMMERCIAL ENDORSEMENTCarrier: Continental Casualty Company CA 04 44 03 10 THIS a POLWAIVER OF ICY. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date Is indicated below. Named Insured: EMCOR Group, Ino. Endorsement Effective pate. 10-1-12 to 10-1-13 RNTIACIII Name(s) Of Person(s) or Organization(s)- ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS WAIVER OF OUR RIGHT TO RECOVER FROM UNDER A CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation Is waived prior to the "accldenr or the "toss" under a contract with that person or organization. CA 04 44 0310 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 -- A.RRiER. £ t>ntiii'Ontal Casualty Co POLICY NUMBER: GUA 2LI95787090 This endorsement modifies insurance provided under the following: Name of person or organization: Business Auto Policy Effective date: 1010112012-iG10112013 Business Auto Coverage Fora} Schedule Any person or organization for whom you are obligated to provide Business Auto liability Insurance coverage as an additional insured by contract or agreement. Paragraph 1. Who is An Insured (Section II -- liability Coverage) is amended to include as an Insured the person or organization shown in the schedule, but only with respect to liability arising out of the ownership, maintenance or use of a covered auto. Our limit of liability for the additional insured will not exceed the limits of liability of this policy, The inclusion of more than one insured in this policy will not operate to Increase our limit of liability. Copyright, Insurance Services Office, Inc„ 1992 ❑ I CNA WORKERV COMPENSATIONANDPOLICY This endorsement changes the policy to which it is attached. G-19180-8 (Ed. 11/97) It is agreed that Part One — Workers' compensation Insurance G. Recovery From Others and Part Two — Empioyers' Llablilty Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. Carrier: American Casualty Co. of Reading, PA. Policy no: WC 2095787011 Effective date: 10/01/2012-10/0112013 G-19160-8 Page 1 of 1 (Ed. 11197) POLICY NUMBER: CG 2010 10193 Carrier: Continental i'«, IIRRV11610J,11-0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organiza,ions you are required by contract to add as an additional insured but only if the person or organization does not quality as an additional insured with respect to work performed by or for YOU pursuant to that contract on another additional insured endorse hent attached to and Forming part of This policy, (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization Sho\AM in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. Countersigned by Authorized Representative "� Q> DATE (MMIDDIYYYY) CERTIFICATE OF PROPERTY INSURANCE 11/27/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. If this certificate is being prepared for a party who has an insurable interest in the property, do not use this form. Use ACORD 27 or ACORD 28. PRODUCER 1-914-696-3700 CONTACT Michael Greene m NAME: _ Arthur J Gallagher Risk Management services, Inc. PHONE,t-697-6064 1.11 -323-4564 .n.914FN tilAlt 2 Gannett Drive, 3rd Floor aooRESS: _..?^.�chae%greeneMajg. com rPRGDUGER R3608 _— White Plains, NY 10604 GUST INSURED RDC Inc. dba: Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 19 LOCATION OF PREMISES 1 DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, if morn space is required) —___ Tt115 IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAI"ED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -------'----------- POLICY EFF@CTIVe TI POLICY EXPIRATION w _.._.. /NSR COVERED PROPERTY LTRTYPEOF INSURANGE POLICY NUMBER DATE(MM/DOh'YYVIpATE (MMIDpIYYYY) IF LIMITS A X PROPERTY 25031750 10/01/12 10%01/13 BUILDING $ CAUSES OF LOSS I DEDUCTIBLES PERSONAL PROPERTY $ _ ansic Buii:DtiwG BuslNEss lNcomE $ BROAD CONTENTS EXTRA EXPENSE $ 'SPECIAL i RENTAL VALUE $- _ EARTHQUAKE � .� BLANKET BUILDING WIND BLANKET PERS PROP $ FLOOD BLANKETBLDG&PP X'All Risk X Per Value below $ See below INLAND MARINE �i TYPE pF POLICY i $ CAUSES OF LOSS g NAMEDPERILS POLICY NUMBER i $ $ CRIME $ TYPE OF POLICY $ $ BOILER S MACHINERY f $ EQUIPMENT BREAKDOWN --'- A BuildersRiskjlastallatio 25031750 10/01112 10/01/13 X Per value below $ see below — — ..................... i(All Risk) i IS SPECIAL CONDITIONS l OTHER COVERAGES (Attach ACORN, 101, Additional Remarks Schedule, it more space is required) City of Newport Beach, its officers, officials, employees and agents are named as loss payees as respects Job Name FY12-13 Traffic Signal Rehabilitation, Job # 312081 for Contract No. 5223, with a contract value of $201,672. Waiver of subrogation in favor of the City of Newport Beach applies, as per written agreement. Insurance is primary and non contributory. 30 Days Notice of Cancellation. - City of Newport Beach 3300 Newport Blvd. Newport Beach, CAA 92663 jijowp ACORD 24 (2009/09) USA SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I_RY[:C•ISY3alI:Iq]aS.4�`.iP�1IUL? O 1995-2009 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD 30394464 riahtc rRcarved. I DATE (MMTDNYW—) R AC7"a CERTIFICATE OF LIABILITY INSURANCE 1 1127/2022 - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT? If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the PRODUCER Arthur J Gallagher Risk Management Services, Inc. 2 Gannett Drive, 3rd Floor Whit. Plains, NY 10604 Giselle Robinson 914-697-6067 INS CO I cc= INSURED INSURER B RDC Too. dba: Dynalectric INSURER G: 4462 Corporate Center Drive INSURER D; LOS Alamitos, CA 90720 INSURER E ........... INSURER F r()VFRAGFA CERTIFICATE NUMBER: 30394388 REVISION NUMBER: 914-323-4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TNSR -VO—L[CY 9hr _T _POLIW�'EXP­ LTR TYPE OF INSURANCE Islas a a It POLICY NUMBER (MMIDONYYY) 11 ((MNVODNYYY) LIMITS GENERAL LIASHJTY EACH OCCURRENCE -DAMAGE TORENTED COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR MED EXP (Any arc person) PERSONAL& ADV INJURY_— GENERAL AGGREGATE $ G ENI AGGREGATE LIM IT APPLIES PER. POLICY IR Ef; LOG 'PRODUCTS-COMPN)PARG_ $ AUTOMOBILE LIABILITY 7- COMBINED SING 7 —LIMIT mcident), ANY AUNP li BODILY INJURY (Per Perear) $ ALL OWN� D F—I SCHEDULED BODILY INJURY Pr.rs.id.nN $ AUTOS __j AUTOS r i NON PROPERTYDAMAGE -OWNED HIRFOAUTOS AUTOS $ UMBRELLA LIARo Ld EACH OCCURRENCE S EXCESS GAS LAu.R,-... AGGREGATE I'll RETENTIONS i $ WORKERS COMPENSATION I WC STATU, I OTH_ AND EMPLOYERS' UABIL11Y YiN ANY PROPRJEIORPARTINEREXECITTIV'c I j ERIM EREXCLUDED?NfAJ EAL, EACH ACCIDENT I a Pay hund in NH) EL. DISEASE - EA EMPLOYEE (". dase"U"'u" DE1CN'PTl0cJ 01 OPERATIONS c,.w E.L. DISEASE -f2L!CYLIMIT $ A Contractora Pollution Lis 123462701 000,000 ,'Liability j Each Aggregate: 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Job No. 312081; Contract No. 5223. Job Name: PY12-13 Traffic Signal Rehabilitation, As respects CodatraOtor�a Pollution Liability, city of Newport Beach, its officers, officials, employees and agents are included as Additional Insured, where required by written contract (Form LRXD0C). As respects Contractor's Pollution Liability, coverage is primary and non-contributory, where required by written ..tract (Form LEXDOC) . Waiver of Subrogation is included, where required by written contract. Please refer supplement page for Additional information. City of Newport Beach Attn: Brad Somers 3300 Newport Boulevard Newport Beach, CA 92663 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988-2010 ACORD CORPORATION. All riaht% reserved. ACORD25 (2010105) The ACORD name and logo are registered marks of ACORD JiJOwP 30354388 SUPPLEMENT TO CERTIFICATE OF INSURANCE 11/2DATE 7/2012 NAME OF INSURED: xnc Inc. dha: Dynalectric Additional Description of Operations/Remarks from Pae t: The carrier will provide at least 30 days cancellation notice to the certificate holder, with policy provisions. Retroactive Date: 1/1/1968. via email, in accordance Additional Information: SUPF toumnt Agenda Item No. 7 _ November 13, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director/City Engineer 949-644-3311, dawebb(a_)newportbeachca.gov_ PREPARED BY: Brad Sommers, Senior Civil Engineer APPROVED: — TITLE: FY2012-2013 Traffic ignal Rehabilitation Project – Award of Contract No. 5223 ABSTRACT: In an on-going effort to rehabilitate the City's aging traffic signal system and to make traffic flow improvements, staff requests City Council approval to award the FY 2012- 2013 Traffic Signal Rehabilitation Project to KDC, Inc., dba Dynalectric (Dynalectric). Approve the project drawings and specifications; Award Contract No. 5223 to Dynalectric, for the total bid price of $201,672.00 and authorize the Mayor and City Clerk to execute the contract; 3. Establish a contingency of $30,000 (approximately 15 percent) to cover the cost of unforeseen work. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funds for this contract Proposed sources are as follows: Account Dascriptian Account Number Amount General Fund 7013-C3001007 $ 231.672.00 IN, SM10519941 1 of 4 IFY,2012-2013 Traffic Signal Rehabilitation Project — Award of Contract No. 5223 _ November 13, 2012 Page 2 Proposed uses are as follows: Vendor Work Description Amount Dynalectric Contract $ 201,672.00 Dynalectric Construction Contingency $ 30,000.00 Total $ 231,672.00 At 10:00 a.m. on October 18, 2012, the City Clerk opened and read the following bids for the FYI2-13Traffic Signal Rehabilitation Project: Dynalectric has successfully completed similar traffic signal work within the City of Newport Beach and is low bidder with a contract price of 201,672.00. The bid amount is approximately 22 percent below the Engineer's Estimate of $260,000.00. Work for this contract includes rehabilitation of traffic signals at the Coast Highway/Marguerite Avenue and Superior/Ticonderoga Street -Nice Lane intersections. Rehabilitation of the traffic signals includes replacement of essential traffic signal equipment and infrastructure to ensure reliability of the traffic signals. During construction of the Coast Highway/Marguerite Avenue traffic signal, protected - permissive left -turn phasing will be added to the Northbound and Southbound Marguerite Avenue movements. This improvement will enhance the flow of vehicles turning onto Coast Highway from Marguerite Avenue during the impacted summer months. The protected -permissive left -turn phasing on Northbound and Southbound Superior Avenue at Ticonderoga Street -Nice Lane will be replaced with a protected left -turn phasing. This improvement will improve the flow of vehicles turning from Superior Avenue onto Ticonderoga Street or Nice Lane. 2 of BIDDEN TOTAL BILI AMOUNT Low KDC, Inc., dba Dynalectric $201,672.00 2 Steiny and Company, Inc. $212,708.00 3 PTM General Engineering Services, Inc. $215,190.00 4 California Professional Engineering, Inc. $218,998.00 5 Asplundh Construction Corp. $221,300.00 6 Sully -Miller Contracting Co. $222,153.00 7 Flatiron Electric Group, Inc. $243,872.00 Dynalectric has successfully completed similar traffic signal work within the City of Newport Beach and is low bidder with a contract price of 201,672.00. The bid amount is approximately 22 percent below the Engineer's Estimate of $260,000.00. Work for this contract includes rehabilitation of traffic signals at the Coast Highway/Marguerite Avenue and Superior/Ticonderoga Street -Nice Lane intersections. Rehabilitation of the traffic signals includes replacement of essential traffic signal equipment and infrastructure to ensure reliability of the traffic signals. During construction of the Coast Highway/Marguerite Avenue traffic signal, protected - permissive left -turn phasing will be added to the Northbound and Southbound Marguerite Avenue movements. This improvement will enhance the flow of vehicles turning onto Coast Highway from Marguerite Avenue during the impacted summer months. The protected -permissive left -turn phasing on Northbound and Southbound Superior Avenue at Ticonderoga Street -Nice Lane will be replaced with a protected left -turn phasing. This improvement will improve the flow of vehicles turning from Superior Avenue onto Ticonderoga Street or Nice Lane. 2 of FY2012-2013 Traffic Signal Rehabilitation Project — Award of Contract No. 5223 November 13, 2012 Page 3 Due to the project cost savings from the low bid and the concern of underground construction conflicts at the Coast Highway/Marguerite Avenue intersection, Staff requests an increase of contingency from the standard ten percent to 15 percent ($30,000.00) to address unforeseen issues that may arise during construction. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project Environmental Quality Act ("CEQX) pursuant to Section and minor alteration of existing public facilities) of the Code of Regulations, Title 14, Chapter 3, because it significant effect on the environment. exempt from the California 15301 (for repair, maintenance CEQA Guidelines, California has no potential to have a The agenda item has been noticed according to the Grown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: J' ra David A. Webb Public Works Director/City Engineer Attachment: A. Project Location Map 3 of YG tiT� 'fit PJ 04 CITY OF O!SMI, City NEWPORT d BEACH, k 10' Council StaffReport Agenda November TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David Webb, Public Works Director/City Engineer 949-644-3311, dawebb@newportbeachoa.gov PREPARED BY: Rodi Almendralo, Associate Civil Engineer APPROVED: a_kk�_ TITLE: Request to Retain Existing Non -Standard Private Improvements within the Public Right-of-Wiv at 224 Agate Avenue ABSTRACT: Mary G. Lane and David A. Lane, trustees of the David A. Lane Trust, the listed property owner of 224 Agate Avenue, request to retain non-standard private improvements within the Agate Avenue right-of-way consisting of raised brick planters and a brick paver entryway encroaching 4.5 -feet into the public right-of-way. RECOMMENDATION: Staff recommends that the City Council waive City Council Policy L-6, Private Encroachments in the Public Rights -of -Way, to allow for raised brick planters to encroach up to 4.5 -feet into the Agate Avenue right-of-way at 224 Agate Avenue, contingent upon all conditions of the Encroachment Permit process being met. FUNDING REQUIREMENTS: There is no fiscal impact related to this item. DISCUSSION: Currently, there are existing raised brick planters and a brick paver entryway within the Agate Avenue right-of-way along the property frontage of 224 Agate Avenue. The existing raised brick planters encroach 4.5 -feet into the Agate Avenue right-of-way which violates City Council Policy L-6. The policy states that structural encroachments such as raised planters which encroach in excess of 1 -foot into the public right-of-way are prohibited. There is no encroachment permit or agreement on file with the City for these private improvements. The property owner is requesting a variance to City 1 of 10 Request to Retain Existing Non -Standard Private Improvements within the Public Right - of -Way at 224 Agate Avenue November 13, 2012 Page 2 Council Policy L-6 per Section G of the policy to keep the existing raised planters that encroach in excess of 1 -foot into the Agate Avenue right-of-way. Earlier this year, a building permit was issued for a minor addition to the existing residence. A condition of approval was placed on the building permit to comply with City Council Policy L-6 because the existing private improvements in the Agate Avenue right-of-way had no encroachment permit or agreement on file with the City. Currently, there are existing sidewalks along Agate Avenue and there are no City utilities that will be impacted by the existing private encroachments. The existing raised planter does not diminish the rights of the public, present and future. The property owner will need to enter into an Encroachment Agreement with the City which Would permit the City to terminate rights granted at any time in the future and could require the removal of the raised planter. ENVIRONMENTAL REVIEW. Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ("CEQA") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Public Works Director/City Engineer Attachments: A. Area Map B. Photo of Private Encroachment C. City Council Policy L-6, Private Encroachments In Public Rights - of -Way D. Letter from Property Owner 2 of 10 3 o 10 4 of 10 M, F- m T X LLI L-6 PRIVATE ENCROACHMENTS rN PUBLIC RIGHTS -01 -WAY It is the general policy of the City that the public rights-of-way are to be reserved for public use or open space; and that the rights of the public, present and future, are not to be diminished by the installation of private improvements within the public rights-of- way. Categories of private encroachments and improvements are listed below, together with the permit requirement for each category. A. Private encroachments prohibited. 1. Structural encroachments not otherwise listed; including, but not limited to, fences, walls, patios, raised planters, etc., which encroach in excess of 1 foot into the public right-of-way, or exceed 3 feet in height, measured from the top of curb elevation/ or from sidewalk elevation where sidewalk exists. 2. Driveway approaches not confornung to Council Policy L-2. 3. Ocean front street end, or Bay front street end improvements not conforming to Council Policy L-8. 4. Ocean front alley end improvements not conforming to Council Policy L-8. 5. Modifications to original design concepts approved by the City. 6. Private signs except as provided for in the Building Code. 7. Lighting, H. Parkway surfacing of loose rock, gravel, or any surfacing other than standard or colored/ textured concrete or flat stone/brick installed at grade and grouted. 0. Private dwellings and appendages including raised patios and decks, except as provided for in this section and the Building Code. 20. Pay telephones and private mail carriers drop boxes. I EXHIBIT °C 5 as 10 G6 B. Private encroachments requiring an encroachment permit and if applicable an encroachment agreement from the Public Works Department and General Services Department approval. Tree planting and removal. 2. Shrub planting and removal. 3. Median landscaping. If, in the opinion of the General Services Department, the approved planting is not being maintained for view and safety clearance, Chapter 10.80, "Public Nuisance Abatement," of the Municipal Code shall be used to remove offending plant material. The permit applicant shall reimburse the City of Newport Beach for the value of any City tree removed by this process. This value will be determined by the City Arborist using the International Society of Arboriculture's "Guide for Plant Appraisal." C. Private encroachments requiring an encroachment permit and if applicable an encroachment agreement from the Public Works Department. 1. Drive approaches conforndng to Council Policy L-2. 2. Standard sidewalks. 3. Carriage walks. 4. Parkway surfacing (standard or colored/ textured concrete or fiat stone/brick) installed at grade (subject to General Services Department review for tree well location). 5. CATV and public utility facilities. fa. Structural encroachments not otherwise listed; including, but not limited to, fences, walls, patios, raised planters, etc., which encroach 1 foot or less into the public right-of-way. If, however, in the opinion of the Public Works Department, the nature or location of this type of encroachment is such that Council review is warranted, the Department may forward the item to the Council for action. 2 6 of 10 LP6 7. Mailboxes, when required by the U.S. Postal Service. The front of mailbox shall be aligned in the same vertical plane as the back of the curb. Mailbox base construction length shall not exceed the length of the mailbox, or 24 inches, whichever is less. 8. The placement of utility pedestals shall be at the back of sidewalks on arterials and major pedestrian thoroughfares without zero setbacks. In the commercial areas there shall be at least 4 feet of clear sidewalk width and/or pedestals shall be placed in the parkway outside of walk area. 9. When connecting to or relocating public utilities. D. Private encroachments requiring an Encroachment Permit from the Public Works Department and subject to the execution of an agreement for non-standard improvements. 1. Structural encroachments not otherwise listed which do not exceed 3 feet in height, including, but not limited to fences, walls, and raised planters in public rights-of-way in areas that are more than 8 feet behind the face of curbs on the following streets: a. Santa Ana Avenue from Cliff Drive to Fifteenth Street. 2. Permitted Structural Encroachments on Balboa Island along South Bay Front, North Bay Front, Grand Canal, and East Bayfront axe as follows: a. Planters that do not exceed 1 foot in height located within 2'-6" of the back of existing sidewalk, planted with ground cover and shrubs not to exceed 2 feet in height measured from sidewalk elevation; b. Fences with a minimum setback of 2'-6" from back of sidewalk. i. For patios constructed at grade elevation to 1' above sidewalk grade elevation, Fences may be 3' high above sidewalk grade in conformance with Building and Planning Code Regulations. ii. For patios constructed greater than 1' above sidewalk grade elevation, Fences must be set back a minimum of 3` from 3 7 of 10 16 back of sidewalk, not exceed 2`-6" in height above the patio, have at least 40% visibility through them, and not to exceed 4' in height above existing public sidewalk grade. C, Patios with a minimum setback of 2`-6" from the back of sidewalk. Raised Patios are permitted provided they have a maximum height of Z-6" above sidewalk grade, are set back a minimum of Z-61 from back of sidewalk, and provided all bulkhead deadman and tiebacks supporting the Bay front bulkhead are replaced "If required by the Public Works Department" in conformance with the requirements of the Public Works Department; Stairs located a minimum of 2'-6" from back of sidewalk. 3. Structural encroachments not otherwise listed which do not exceed three (3) feet in height, including, but not limited to fences, walls, patios and raised planters in public rights -of -ways in areas that are five (5) feet behind the face of curb on the following streets: a. Southerly side of West Bay Avenue between 8th Street and 15th Street. If, in the opinion of the Public Works Department, the nature or location of this type of encroachment is such that Council review is warranted, the Department may forward the application to the City Council for original action. The City Manager is authorized to execute, on behalf of the City, agreements for non- standard improvements which are entered into pursuant to this section or other authorization. E Private encroachments not requiring a permit: 1. Parkway lawn and ground cover. 2. Parkway sprinkling systems. 3. Use of public streets and projections over public property which are covered by the Uniform Building Code under a valid building permit issued by the City. 4 8 of 10 L-6 R Application for any permit as required by this policy shall be filed with the Public Works Department on a form to be provided by the City and shall show the proposed planting or work and the nature thereof. if the application is for a permit required under Section A, it shall be forwarded to the City Clerk for submission to the City Council. if the application is for a permit under Section B, it shall be processed by the General Services Department. Drawings for encroachment permits requiring City Council review shall be prepared to scale. Plan and elevation drawings shall accurately depict location, height, and extent of the proposed encroachments. No building permit shall be issued on a parcel whose access requires City Council review for an encroachment permit on public property, until said encroachment permit has been issued. G. Variances from the strict application of this policy shall not be granted unless individual circumstances indicate that approval will be consistent with the public interest. Adopted - August 25,1969 Amended - February 14,1972 Amended - August 11, 1975 Amended - February 9,1981 Amended - November 23,1981 Amended - October 27,1986 Amended - January 26,1987 Amended- July 13,1987 Amended - February 13,1989 Amended - August 14,1989 Amended - November 27,1989 Amended - December 9,1991 Amended - December 14,1992 Amended - July 12,1993 Amended - January 24,1994 Amended - May 9,1994 Amended - February 27,1995 Amended - February 26,1996 Amended - May 8, 2041 9 of IAN J.N. UIAR R-ISON - A C HITECT October 30, 2012 Mr, Rod! Almendra(o Associate Civil Engineer CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92663 Re: 224 Agate Avenue, Balboa Island Dear Mr. Almendralc, On behalf of the owner of the above referenced property, I would like to request an as -built encroachment permit for the existing brick planter wall and walkway which encroaches beyond the front property line into the street right of way. Theimprovements were built in 1990 at the time of the construction of the existing single-family home on the property. At the time of construction, the planter wall was built to the acceptable city standards and was built out to the back of the existing sidewalk, which runs continuously south of the property. The planter wall, is less than twelve inches (12") above the sidewalk. Thank you for your time and effort with this matter. ours uly, � la J . H risen, Architect 1535 F. AS FCC) A ST HIGHW A Y, 9301 -CCR-CSNA DEL iM A R, C: A L IF ORNI A 92625-9491723-I09) EXHIBIT "D" 10 of 10