Loading...
HomeMy WebLinkAboutC-7314-1 - FY 2017-18 Traffic Signal Rehabilitation ProgramMay 14, 2020 California Professional Engineering, Inc. Attn: Van Nguyen 939 Otterbein Avenue, Unit E La Puente, CA 91748 CITY OF NEWPOPT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov Subject: Traffic Signal Rehabilitation Program FY 2017-2018 — C-7314-1 Dear Mr. Nguyen: On May 14, 2019, 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 May 15, 2019 Reference No. 2019000163032. The Surety for the contract is Allied World Insurance Company and the bond number is S001-6031. Enclosed is the Faithful Performance Bond. Sincerely, I_eilani I. Brown, MMC City Clerk Enclosure premium $5,179.00 subject to change based on the final contract amount Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. soot -6031 * t -n the first $500,00.00 at $14.40 FAITHFUL PERFORMANCE BOND for the uext $2,000,000.00 at $8.70 The premium charges on this Bond is $ 5,179.00 , being at the rate of $ thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to California Professional Engineering, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of Closed Circuit Television ("CCTV") equipment, installation of Light Emitting Diode ("LED") intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, plan T -6040-S and as listed in the Summary of Work (Section 1) of the Traffic Signal Special Provisions Supplemental, which is part of the Special Provisions for Contract No. 7314-1, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Allied World Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Nine Thousand Six Hundred Eighty Four Dollars ($359,6$4.00) 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, orfails 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. California Professional Engineering, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of &Pril 20_itr . California Professional Engineering Inc. Name of Contractor (Principal) Allied World Insurance Company Name of Surety 550 S. Ilope Street, Suite 1825, Los Angeles, CA 90071 Address of Surety 213-416-1453 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: �; ;_ ) '/yt By:__, Aaron C. Harp 11 o6o�•tg City Attorney i / President re/Title Authorized Yung'r. lick, Attorney Print N to and Title NOTARY ACKNOWLEDGMENTS OF California Professional Engineering, Inc. Page B-2 CONTRACTOR AND SURETY MUST BE ATTACHED California Professional Engineering, Inc. Page 13-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On .20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. See Attached State of California County of )Ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) California Professional Engineering, Inc. Page B-4 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On April 28, 2018 before me, Diem Chu, Notary Public (Hem hear name and fibeat o car personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) War,& subscribed to the within instrument and acknowledged to me that helshe0eyexecuted the same in his/+ierftbeir-authorized capacity(ies), and that by his/her/their signature(&) on the instrument the person($), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the IaV$,pf,V)e State of California that the foregoing paragraph is true and correct. Vo0 %EMCu $2M W�ofy P pUbc 14, WITNESS my hand and official seal. - lycquFogNvP Nbtary-Public Signature (Notary Public Seeps, 4"geasCW` 7��m. Exp. set? INN-UKMA I I OF THE ATTACHED DOCUMENT (Title or descdpNon of attached documenQ (Title or description of attached document continued) of Pages —-- Document Date_ CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer PresidenUSecretary/Treasurer/Man ager (Tire) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other -------'-.er rr-...---- `-----'--- ——— —--- DN 7lris.� INSTRUCTIONS FOR COMPLETING THIS FORM (n in rompliex u'ilh r'ur'renl Cnli(marimeluhllee regnrAing nnlar'r mording acrd, i) needed, shauld hr rnruplrhel and oaaehed !r. (he darrnnenl ,I rAnuaiedgyurnn lion, other'stwe....gr hP completer/, fn' r%nclll/Iegl3' hehtg sero lu diol &(ale rat loop as the wording dors nnl regrdrr the California union, to ciolow C'alffowia nonan - /m . N State and County informalion must he the State and Courcy where the document signer(s) personally Appeared before the notary public for acknowledgment. N Date of notarization must be the dale that the signers) personally appeared which must also he the same date the acknowledgment is completed. N The notary public must print his or her name as it appears within his or her commission followed by a conaria and then your title (noNry public). N print the namc(s) of document signer(s) who personally appear al the lime of nuturi<alion. N Indicate the correct singular if plural limns by crossing off incorrect frills (i.e. he/sho'Nrey,- is /are ) or circling the Correct film,. Failure to correctly indicate (his inlbnnnlion jury led to rejection ol'ducumenl mounding. N The nullity seal impression nmsl the clanand photographically reproducible. 1111p0ssi0n risk 1101 curer lest or lines. Ir seal impression arodpr,. n• -seal We sufficient lice penulls, olhens ise complete it dil7erenl acknmu led)uuucnl limn. N Signature 01'the notary public must match the signature on life Willi the office of the county clerk. N Additional intornrtion is 1101 required but could help to nusure this ack)(rW Icdgment is 1101 misused or nilachee to a dillevent document. N Indicate tide of type oi'atached document, number 01'pages anti date. N Indicate the capacity claimed by the signer. If the claimed capacity is it cnlpnmlc 11111111, imitate the title (i.e. C'LO, ('FO, Secretary). N Securely aknch Ibis d0cummnt to the signed document with a staple. ....... . .......... CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual whosignedthe document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On April 25, 2018 before me, Irene Luong Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) r acted, executed the instrument. IRENE WONG P Notary Public - California Orange County I certify under PENALTY OF PERJURY under the laws of Comm 7 69 CaliforniaT the State of that the fore of aragraph is true M!1u127, My Comm. 217 . 2021 _t and correct Witness my hand offi s Signature Place Notary Seal Above .goal t Signature ofNot Luong 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: L] Individual L] Individual F-1 Corporate Officer —Title(s):_ ❑ Corporate Officer — Title(s): L1 Partner DI-irnited L1 General ❑ Partner 1-1 Limited [71 General El Attorney in Fact ❑ Attorney in Fact "illiTilligililkits Trustee Trustee ❑ Guardian or Conservator Top of thumb here _I Guardian or Conservator thumb here ❑ Other: 77 7of Other: Signer is Representing: Signer is Representing: ALLIED W.L WO R LO Issue Date: February 23, 2018 ALLIED WORLD INSURANCE COMPANY 199 Water Street New York, NY 10038 USA POWER OF A`['TORNEY No. 32826-A1814 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company") does hereby appoint NAME(s): James W. Moilanen _Yung T. Mullick Christine Hoang _Stepmr ie_Huang FIRM: The Bond Exchange &Insurance Agency 24800 Chnsanta Drive Suite 160 Mission Viejo, CA 92691 Its We and lawful Allomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recwgnizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above -referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf, This 23rd day of February, 2018 .� y tYJiAill SEAL DANA L, DONA11i Navy punt City dPhNAdlWr/4Phu. iAt[Ny Ab/E�tAftdJlh7t§EttlAatlh �rab'i0 Name. Robert L; Staples— . - State of Pennsylvania Title: Senior Vice President -Surety ) County of Philadelphia )ss. ` On this 23rd day of February, 2018, before me came the above-named officer of ALLIED. WORLD INSURANCE COMPANY, to me: personally known to be the individual and officer _ described herein, and acknowledged that he executed the foregoing Instrument and Notary affixed the seals of said corporation thereto by authority of his office. My Commission Expires: 03/28/2020 CERTIFICATE .Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012 RESOLVED, ihaUhe proper officers of the Corporation, the head of the surely business line for the Corporation and their appointed designees (each an °Authadzed Oifoe' and cdleclively, the °Aulhaved O(ficent be and each hereby is authorized to appoint one a more Altomeyahn"Fact to represent and act for and on behalf of Un; Corporation in the transaction of the Companys surety business to execute (under the common seat of the corpom0m ifappropriale) bonds,undertakings, recogniiancesand other contracsofindemnity and writings obligatory in the nature lhered. RESOLVED, that in minnechin with the Corporation's transaction of surely business, the signatures and attestations of the Authorized Officers and the seal of the Corporafice may be affixed to any such Power of Attorney a to any ocrificate helalirg thereto by facsimile, and any such Power of Murray or cedifrate bearing such facamtio signatures or facsimile seal shall be valid and binding upon the Corporation when so affixed WILL respect to any bond, undertaking, recognizance or other contract of indemnity awriting obligatory in the nature thereof. RESOLVED, t hat N mnneelion with the Corporators transaction of surety business, the facsimile a mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherevor appearing upon a ropy of any Power atAtlomuy of the Corporation, vdth signat ims affixed as next above noted, shall be valid and binding upon the Corporation with the arms force and otect as though manually affixed, RESOLVED, that in connection with the Corporefon'.s transectiah of surety business, any such Money in Fact delivering a seaeladal or other certifcatlon that the foregoing reselufons sill be in eked may insect in such cedificatbn the date thareof, said date to be It into, than the data of delivery thereof by such Atlaneyin-Fact. RESOLVED, that the Authorized Officers be, and each hereby is, au iar'vo] to execute (under the cohimon seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Capoation any and all consends, cort(cares, agreements, amendments, opponents. instruments and other documents whatsoever, and do any and all other things whatsoever in connection Win the Corporation's tormacfon of surety business, as such Authorized Officer shall in his or her absolute disaeliah deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated hereby and any ancillary matters (house and/or to carry out the proposes and intent thereof, such deeming or determination to be cohdusNcly widened by any such execution or the laking of any such action by such Authanzad Officer, I, Sung Lee, Saaetary of the ALLIED WORd.O INSURANCE COMPANY, do hereby certify that the foregadng excorpts of Resolui adopted by the Board of nirectors of this corporation, and lie Power of Attorney issued pursuant thereto, are tribe and comxd, and that both the Resolution and the Power of Attomey am in full force and effect. IN WIT NESS WHEREOF, Ihave hereunto set my hand andaffixod the facsimile seal of the corporation, this'!'[>. day of__. A"t fit pe li' All Claim Nub.^.cs should lie see to the below: J Allied World Inswnhicr, Company AU,h: Surely I)cpartotcut l.. . 30 Sough 17"' Slicer, Suite 1600 Philadelphia, PA 1910.1 _--_---- Sung Lee, VP, Legal su1: 00040 00(05/20 [6) July 19, 2019 California Professional Engineering, Inc. Attn: Van Nguyen 939 Otterbein Avenue, Unit E La Puente, CA 91748 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov Subject Traffic Signal Rehabilitation Program FY 2017-2018 C-7314-1 Dear Mr. Nguyen: On May 14, 2019 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 May 15, 2019, Reference No. 2019000163032. The Surety for the bond is Allied World Insurance Company and the bond number is S001-6031. Enclosed is the Labor & Materials Payment Bond. Sincerely, Aqw Leilani 1. Brown, MMC City Clerk Enclosure Premium listed on Performance Bond Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. soot -6031 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to California Professional Engineering, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of Closed Circuit Television ("CCTV") equipment, installation of Light Emitting Diode ("LED") intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, plan T -6040-S and as listed in the Summary of Work (Section 1) of the Traffic Signal Special Provisions Supplemental, which is part of the Special Provisions for Contract No. 7314-1, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Allied World Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Nine Thousand Six Hundred Eighty Four Dollars ($359,684.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. California Professional Engineering, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25th day of/ 20 18 . California Professional Engineering Inc. Name of Contractor (Principal) �m Allied World Insurance Company Name of Surety 550 S. Ilope Street, Suite 1825, Los Angeles, CA 90071 Address of Surety 213-416-1453 Telephone APPROVED AS TO FORM: CITY ATT RNEY'S OFFICE Date: -1 By: Aaron C. Harp 05 City Attorney Authorized Agent Signature Yung T'. Hollick, Attorney -in -Pact __ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED California Professional Engineering, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. See Attached State of California County of ) ss. On 20 before me, Notary Public, personally appeared _ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) California Professional Engineering, Inc. Page A-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On April 28, 2018 before me, Diem Chu, Notary Public em Ins.at name sad Utleof th,a ccr personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s4 is/are subscribed to the within instrument and acknowledged to me that he/sheMey-executed the same in his/her/theif-authorized capacity(ies), and that by his/her/ttReir signature(sr) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ,III III '10 p1EM ch I certify under PENALTY OF PERJURY under the lav�''y�} the foregoing paragraph is true and correct. Z.G. �.,;,;, WITNESS my hand and official seal. c ,p �i� oat gngples Co Exp. se, 7Jetaq u Ic SI ature �e (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATI DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or desalption of al(ached document oo nued) Number of Pages __ Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President/Secreta ry/Treasurer/Man ager Title ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) E] Other of California that INSTRUCTIONS FOR COMPLETING THIS FORM ON This lin'nr rnmplies wi/h rurrrul ('nlifruvlin sranrlea regarding un/arr uvu"ding <nul. i/ nc,&,l rhould be eomplemJond ..tan hal to the dormuenl. AcAnooludgmetav ./inn) ,the, wa,e9 ma'v he complCled lin dpelllltents hetng sen, In Ihm slate .So tong nr the ..ending does mol require A, Colffin mo moan, h, violate Col yinmi .....torr hay. N State and County information must be the Slate and County where the document signer(s) personally appeared hC111rC the notary public for acknowledgment. N Date of notarization must be the dale that the signer(s) personally appeared which must also he the same date the acknowledgment is completed. N The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). N Print the name(s) of document signer(s) who personally appear at the time of notarization. N Indicate the correct singular or plural frons by crossing of] incorrect limns (i.e. he/sho4hey;- is /are 1 or circling the correct forms. Failure to correctly indicate this information nmry lead to rejection of documenl recording. N The notary scl impression must Ile clanand photographically reproducible. Impression nntst not cover trxt or lines. If seal impression smudges, re -seal il' a Sutrcient area permits. olha'w isc complete a dil'I'erent acknowledgment form. N Signature of the notary public must match the signature on file with the office of the county clerk. N Additional information is not required but could help to ensure this acknowledgment isnot misused or altached m a din'erent documan. N Indicate title or type ol'zttached document, number ofpages and date. N Indicate the capacity claimed by the signer. If the claimed capacity is a corporate onicer, indicate the title (i.e. CEO, CFO, Secreury). N Securely attach this documenl to the signed document wills a shiple. - -- - - ----------_----- ---- - - - -- - - - -------- ------- - -------- ... ..... . . . . .. . . . ....... ............... ------ - -------- ...... CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On April 25, 2018 before me, Irene Luong Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), - - - - - - - - - and that by his/her/their signature(s) on the instrument the IYIPIN LUONG I person(s), or the entity upon behalf of which the person(s) Notary b mIa Elc Public -California acted, executed the instrument. Orange County 0 Commission 82207169 My Comm. Expires Jul 27,2021 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hanni:i, aondd,: le eal. Signature Place Notary Seal Above Signature of Nl� Public I ene ng 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: -- — — — — — Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): ❑ Corporate Officer -- Title(s): El Partner ❑Limited EI General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ALLIED WORLD INSURANCE COMPANY ALLIED 199 Water Street Ad New York, NY 10038 USA POWER OF ATTORNEY Issue Date: February 23, 2018 No. 32826-A t 815 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Companll') does hereby appoint NAME(s): lames W. Moilanen - Yung T. Mullick Christine Hoang Stephanie Hoang FIRM: The Bond Exchange & Insurance Agency 24800 Chrisanta Drive Suite 160 Mission Viejo, CA 92691 Its true and lawful Attomey(s)-in-Fact, with full authority, to execute on its behalf bonds, undertakings, recognizanoes and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above -referenced and shall expire on close of business of the first anniversary of such Issue Date, IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. This 23rd day of February, 2018 q V OfJ7A 1.Nor. sm 000140E, UK" NAdt City of PhMede"Al Plim. owio Na/ Caunia1W{ 0"�Mardi n,am Name:ftohert E. Staples Tdfe: Senior Vice Pracidant _ S„roe, State of Pennsylvania County of Philadelphia )SS. On this 23rd day of February, 2018, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY; tome personally known to be the Individual and officer described herein, and acknowledged that he executed the foregoing Instrument and affixed the seals of said corporation thereto by authority of his office. Notary My Commission Expires: 03/28/2020 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED, that the properoPocers of the Corporation, the head of the surety business line for the corpaatlon aid their appointed designees (each an'AUtlanzed Officer and colied wly, the "Autxdzed Mescal be, and each hereby Is, authorized to appoint one Air more Attarreys-iniad to represent and act for and at behalf of the corporation In the transaction of Mn Cmmandc RESOLVED, [hat in conneemn with tie Corporation's transaction of surely business, the sigrohns; and atestations of the AuOOrbad OMcers and to seal of the Corporation may be affixed to any such Power of Attorney or to any cedificare relating treed, by fecsimlle, and any such Ppwer of Attorney a cial firate bearing such facsimile signatures a facsimile seat shag be valid and binding upon the Capaaton when so affixed will) rasped to any bard, undertaking, recognizance orothefcontradofindemnity orwiling obligatory In the nature thereof. RESOLVED, that N connection will the Coryomhah's transaction of suety fiusthess, the facsimile a mediankaly reproduced sNnature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Power ofAtaney of the Cohporatlon, wth signatures allied as next above noted, shall be valid and binding upon the Corporation with the same face and effect as twughmanuatyataed. RESOLVED, that in connection with the Corporation's tansa ion of surety business, any such Attorney -In -Fad delivering a secretadal Or other cedificatim that the foregoing resolutions sill be in eRed may inch in such cartificatm the date thereof, said data to be not later than the date ofdelivery [he sof by such Ataneyth-Fad. RESOLVED, that the Aut ifuld Officers be, and each hereby is, authorbad to execute (under the common seal of the.Caporetion, if appropriate), make, file and delver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and aha documents whatsoever, and do any and all other Nings whatsoever In connection with the Corporation's bansecton of surety business, as such Autronzed Officer shall in his a her absolute disaet,n deem or determine appropriate and any of the bregdng resolutions, the transactions contemplated thereby and any ancillary maters thereto adlor to carryout the purposes and intent thereof, such clearing or determination to be wndusWyevidenced by any such execution a the tailing of any such action by such Authodzed Officer. I, Sung Lee, Saulsbury of the ALLIED WORLD INSURANCE COMPANY, do hereby cedry that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Paver of Attorney issued pursuant thereto, aro We and cared, and that both the Resoludon and the Power of Aftomey are in full face and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the oorpaaton, tlhts .day of ft( _, 20 10 All Claim Notices should be sent to Ute below: Allied World fnsumrce Company Atm: Surety Department 30 South 17 s Street, Suite 1600 Philadelphia, PA 19103 SUR 00046 00(05/2016) Sung Lee, VP, Legal Batch 4576235 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO.- City O: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 9 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIlil 11111lilll Jill1111lJillllllIlllllIlllIIllilllllil llllllllill NO FEE �$ R 0 0 1 0 8 3 4 9 0 3 8. 201900016303212:19 pm 05/15119 90 SCS N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and California Professional Engineering, Inc., La Puente, California, as Contractor, entered into a Contract on April 10, 2018. Said Contract set forth certain improvements, as follows: Traffic Signal Rehabilitation Program FY 2017-2018 - C-7314-1 Work on said Contract was completed, and was found to be acceptable on May 14, 2019, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Allied World Insurance Company. BY ��GG� L✓� t, 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. r �A ,. O 1 ///--- /�� Executed on N1q, loll at Newport Beach, California. BY A" O� Nrwp�R� City Clerk ti m U n c 9,IrFOFt https://gs.secure-recording.com/Batch/Confirmation/4576235 05/15/2019 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and California Professional Engineering, Inc., La Puente, California, as Contractor, entered into a Contract on April 10, 2018. Said Contract set forth certain improvements, as follows: Traffic Signal Rehabilitation Program FY 2017-2018 - C-7314-1 Work on said Contract was completed, and was found to be acceptable on May 14, 2019, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Allied World Insurance Company. BY ZfEL Public Works Director City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on (/vUN� I�/I [.I/�q at Newport Beach, California. BY 094 J City Clerk CITY CLrPkX CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 21st day of March, 2018, at which time such bids shall be opened and read for FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 $375,600 Engineer's Estimate A roved by Mark Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "C-10" For further information, call Eric Loke, Project Manager at (949) 644-3336 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newpo rtbeachca. gov/g ove rn ment/open-tra nspa re nVon l i n e-services/bid s-rfps- vendor-registration City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 SUPPLEMENTAL DETAILS................................................................................. D-1 K City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) 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: Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be signed) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2n1 Floor of the Civic Center (Located at 100 Civic Center Dr.) 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. Original copies must be submitted to the City Clerk's Office. 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. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date. 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 3 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. 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 at seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)). 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time 4 period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has 793907, A; C-10 Contractor's License No. & Classification 100000198016/30/2018 DIR Reference Number & Expiration Date California Professional Engineering, Inc. Bidder 0/�Ulzu 10 Date BOND #8-B PREMIUM: NIL City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% 1, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of FY 2017- 18 TRAFFIC SIGNAL REHABILITATION PROGRAM, Contract No. 7314-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, Including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 14TH day of MARCH _2018. DBX, INCORPORATED Name of Contractor (Principal) THE GUARANTEE COMPANY OF NORTH AMERICA USA Name of Surety 6303 OWENSMOUTH AVE., 10TH FLOOR WOODLAND HILLS, CA 91367 Address of Surety (818) 936-2845 Telephone Tr)eW l ll2.v Signature SPENCER FLAKE, ATTORNEY-IN-FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT ............................................................................... State of California County of ) ss. On personally appeared before me, , Notary Public, proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ............................................................................... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification _ Credible Witness(es) Thumbprint of Signer ❑ Check here if Capacity of Signer: no thumbprint _ Trustee or fingerprint _ Power of Attorney is available. _ CEO/CFO/COO _ President / Vice -President I Secretary I Treasurer Other: Other Information: 7 ACKNOWLEDGMENT .......................................................................I....... State of California County of ss. On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ............................................................................... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney _ CEO/CFO/COO _ President 1 Vice -President / Secretary I Treasurer Other: Other Thumbprint of Signer Check here If no thumbprint orfingerprint Is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 4 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On March 20, 2018 before me, Phyllissa Martz, Notary Public Date Here Insert Name and Title of the Officer personally appeared James C. Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. PHYLLISSA MARTZ Notary Public -California = a -: Riverside County Z Z Commission M 2159844 M Comm. Ex ires Aug11, 2020+ Place Notary Seal and/or Stamp Above 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 QA glm( L031 Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capaclty(fes) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): D Partner— D Limited D General D Individual D Attorney in Fact D Trustee D Guardian of Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: D Corporate Officer — Title(s): D Partner— D Limited D General D Individual D Attorney in Fact D Trustee D Guardian of Conservator D Other: Signer is Representing: t�-25E�^+2Sffi.gil:32:&�"¢�c3%n�!'.c'�iv'*"�n:a�'dF�"•M�u3F"3#Y` Y'r'4EA�i^'s;�A`�a&3k�ttfS-"!2�r?��cm.3C"��'e�?�:.Y.#'faSt9 ©2017 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 3-14-18 before me, Lexie Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Spencer Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), LEXIE SHERWOOD and that by his/her/their signature(s) on the instrument the COMM. # 2203287 person(s), or the entity upon behalf of which the person(s) •OC •CALIFORNIA 0 ORANGE COUNTYtNOTARYPU acted, executed the instrument. omm. Exp. JULY27, 2021 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my handand fficial sea . Signature Place Notary SealAbove Signature of Nofafy Pubirc LeXie Sherwood OPTIONAL Though the information below is not required by law it mayprove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact M. Attorney in Fact M. ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Tap of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: THE The Guarantee Company of North America USA GUARANTEE"' Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint David L. Culbertson, Charles L. Flake, Richard A. Coon, Spencer Flake Culbertson Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 3161day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. YJPpr.MTFFpO IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 2n' day of October, 2015. u THE GUARANTEE COMPANY OF NORTH AMERICA USA P STATE OF MICHIGAN Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said company. Cynthia A. Takai f , Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2024 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. �p1HtEF0 IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 14th day of March , 2018 dl` Oq k'"mAYEw`P Randall Musselman, Secretary City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the 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 perfonning that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes maybe made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: PdYrAXI{ DIr ao [kllrrvl Inc - Address: 133151{O�v..cCkeo,aQ DN FQri g U vlc+a�tic, CA 47--697- 2392Phone: Phone:lleJ_9'lfr_ 70(c .7 State License Number: /o27J (0 0 DIR Reference:/D000 `j U 7240 EmailA_d�dqr-e/ss:"�,61 &;7,reeir4 �CV /c"' Name:I Address: 22Z? r /, / S/ ✓u Phone: y73-7675 I State License Number: 2(o-7073 DIR Reference: dad o 00 /05/ Email Address: 01 awr r/,/c Name: f Address. %.cam . ayt 9/76 lr ✓ ' ice/ Phone: IJ / ' State License Number: 7k5L30y DIR Reference: /V pdUVJ/SS Email Address 22 rMatiCt ,C California Professional Engineering, Inc. President Bidder Authorized Signaturefri e Q City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name California Professional Engineering, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 Colima Rd - Camino Del Sur/ East of Tierra Luna (Pedestrian Crossing) Project Name/Number #TSM0010196 Project Description Traffic Signal Approximate Construction Dates: From September 2016 To May 2018 Agency Name County of Los Angeles DPW Contact Person Joel Zaragoza Telephone (626}458 4973 $1,746,742.55 Original Contract Amount $ Final Contract Amount $ Pending If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 10 No. 2 Aviation Blvd (118th St/Northrop Grumman Ave to Ocean Dr) Project Name/Number_#TSM0010190 Project Description Traffic Signal Approximate Construction Dates: From August 2016 To: June 2018 Agency Name County of Los Angeles DPW Contact Person Ali Dana Telephone /826)458-3110 Original Contract Amount$$'352,897. Final Contract Amount $_ N/A If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number Project Description Traffic Signal Approximate Construction Dates: From January 2016 To: September 2016 Agency Name City of La Mirada Contact Person Lori Wolfe Telephone (714)-4m-9645 Original Contract Amount $$686,113. Final Contract Amount $__$111,272 26 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. 11 No. 4 Traffic Operation Improvements at Various Intersections Project Name/Number #INT277, 301, 278, 302, 276, 300, 316 Project Description Traffic Signal Approximate Construction Dates: From January 2016 To: May 2016 Agency Name City of Pasadena Contact Person John Ramey Telephone (826L7ea_6919 Original Contract Amount$88'113.60Final Contract Amount $ $295,169.60 If final amount is different from original, please explain (change orders, extra work, etc.) Extra Work 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 San Gabriel Blvd/Paramount Blvd (Huntington Dr to Montebello Blvd) Project Name/Number #TSM0010195 Project Description Traffic Signal Approximate Construction Dates: From January 2016 To: August 2016 Agency Name County of Los Angeles DPW Contact Person Tim Bazinet Telephone p /620458-918F $2,081,682.20 Original Contract Amount $ Final Contract Amount $ $2,380,453.85 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. 12 No. 6 Project Name/Number Bellflower Blvd. Pedestrian Enhancement Project Description Traffic Signal, Flashing Beacon Approximate Construction Dates: From March 2016 To: July 2016 Agency Name City of Bellflower Contact Person Jerry Stock Telephone ( ) (562)804-1424 241, 380.00 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 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 sufficiently comprehensive to permit an appraisal of conditions. N California Professional Engineering, Inc. Bidder 13 and other information :tpr's current financial President City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 NON -COLLUSION AFFIDAVIT State of California ) County of Los Angela) ss. Van Nguyen being first duly sworn, deposes and says that he or she is President of California Professional Engineering Inc, the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the St to f Caibrnia4t the foregoing is true and correct. California Professional Engineering, Inc. I President Bidder Authorized Sionatu /Title Subscribed and sworn to (or affirmed) before me on this dAy of 2018 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 of the State of California that the foregoing paragraph is true and correct.�a� [SEAL] 14 Notary Public My Commission Expires: JURAT State of California l County of Los Angeles I SS. Subscribed and sworn to (or affirmed) before me on this 21st day of March , 2018 , by Alicia to be the person(s) who appeared before me. M ALICIA NGUYEN COMM. # 2211346 3 ROTARY PUBLIC- CALIFORNIA n LOS ANGELES COUNTY _ Comm. Exp. AUG. 25,2021 r proved to me on the basis of satisfactory evidence NOTARY'S SIGNATURE A notary public or other office completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document. PLACE NOTARY SEALINABOVESPACE OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) INDIVIDUAL CORPORATE OFFICER PARTNER(S) TDLE(s) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DOCUMENT 1 1 1 OTHER 1 / ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: RIGHT NAME OF PERSON(S) OR ENTITY(IES) THUMBPRINT OF / / SIGNER 1 1 1 1 1 / 1 1 1 1 1 too 001000000 0000 1012008 NOTARY BONDS, SUPPLIES AND FORMS ATHTTP,,OVIWW.VALI.EY-SIERRA.COM 02005.2008VAL-LEY-SIERRA INSURANCE City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 DESIGNATION OF SURETIES Bidder's name California Professional Engineering, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): 15 929 Otterbein Ave., Unit E La Puente, CA 91748 Ph: (626) 810-1338 Fax: (626) 810-1322 www.cpengineeringinc.com We intend to procure all bonds from: The Hanover Insurance Company Yung T. Mullick, Attorney -In -Fact 24800 Chrisanta Drive, Suite 160 Mission Viejo, CA 92691 949 -461 -7000 -office # 949 -461 -7725 -fax # ymullick@thebond-exchange.com We intend to procure all general/access liability/auto liability certificates from: Grosslight Insurance, Inc. George Duran, Agent 9381 Haven Ave Rancho Cucamonga, CA 91730 909 -204 -3629 -office # 909 -204 -3679 -fax # george&grossli ght. corn We intend to procure all workers' compensation certificates from: BBSI Magdalena Gilane, Agent 1950 Sumvest Lane, Suite 250 San Bernardino, CA 92408 909 -890 -0100 -office # 909 -890 -0120 -fax # magdalena.gilane@bbsihq.com Page I of 1 Document Last Updated 9.7.2016 City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name California Professional Engineering, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2017 2016 2015 2014 2013 Total 2018 No. of contracts I 7 Z2 �.a 2.1 141 4B Total dollar Amount of 215,$'49 13 d, p3 $Ip $10 `$12.5 Contracts MIL MIL- MIL. M%t- MiL ui,715, Thousands of $ No. of fatalities _ No. of lost Workday Cases Q ` ►� No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: California Professional Engineering, Inc. 929 Otterbein Ave Unit E La Puente, CA 91748 626-810-1338 793907 1 A: C-10 Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 17 ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los angeles On 03/21/2018 DATE personally appeared Van I SS. before me, Alicia Nguyen Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. NGUYENFQ7ALICIA OMM. #2211346 N ARY PUBLIC• CALIFORNIA nS ANGELES COUNTY Comm. Exp. AUG. 25, 2021 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. NU I AKT'S SIUNAI UAB A notary public or other office completing this certificate verifies only the identity, of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracv, or validity of that document. PLACE NOTARY SEAT. M ABOVE SPACE OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ INDIVIDUAL ® CORPORATE OFFICER President ❑ PARTNER(S) TITLNS) ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) California Professional Engineering, Inc. APA D201^ - DESCRIPTION OF ATTACHED DOCUMENT TI'T'LE OR TYPE OF DOCUMENT 1 NUMBER OF PAGES DATE OF DOCUMENT RIGHT THUMBPRINT OF SIGNER NOTARY BONDS, SUPPLIES AND FORMS.4T HTTP ,M'WW.V4l.LEY-SIF.RRA.COM 92005-2008VALLEY-SIERRAINSI!RANCE City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name California Professional Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Date Received In City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: California Professional Engineering, Inc. Business Address: 929 Otterbein Ave Unit E La Puente, CA 91748 Telephone and Fax Number: 626-810-1338 1626-810-1322 California State Contractor's License No. and Class: 793907 I A; C-10 (REQUIRED AT TIME OF AWARD) Original Date Issued: 04/16/2001 Expiration Date: 4/30/2019 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: Van Nquyen - President 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 Van Nguyen, President 929 Otterbein Ave Unit E La Puente CA 91748 626-810-1338 Corporation organized under the laws of the State of California 19 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: N/A 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; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A 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 (Le. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Tho 20 Are any claims or actions unresolved or outstanding? Ye=) No If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. California Professional Engineering, Inc. Bidder Van Nouven - President (Print n me of Owner or President of C r or pany) President Authori ed Signature t PracirlanI Title 83/36f16t9y3I'z111¢ Date On before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Public in and for said State My Commission Expires: 21 (SEAL) ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los angeles I SS. On 03/21/2018 before me, Alicia Nguyen Notary Public, DATE personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALICIA NGUYEN ��COMM. LI 2 -CALIF 3 ;11%Com_rn_.-E-xp.A1JG NOTARYPUBLIC CALIFORNIAESS m hand and otcial seal. LGELES COUNTY Y. 25, 2021 NOTARY'S SIGNATURE A notary public or other office completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracv. or validitv of that document. PLACE NOTARY SEAL IN ABOVE SPACE OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ INDIVIDUAL ® CORPORATE OFFICER President ❑ PARTNER(S) TITLE(S) ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER (PRINCIPAL) IS REPRESENTING: NAM L• OP PERSON(S) OR P.N'FITY(IES) California Professional Engineering, Inc. DESCRIPTION OF ATTACHED DOCUMENT TI'T'LE OR TYPE OF DOCUMENT 1 NUMBER OF PAGES DATE OF DOCUMENT RIGHT THUMBPRINT OF SIGNER OTHER APA 1:2012 NOTARY BONDS. SUPPLIES AND FORMS AT HTTP: NWAVVALLF.Y.SIFRRA.C'OM 52005-2008VALLEY-SIERRAINSUItANCE City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2017-2018 CONTRACT NO. 7314-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th day of April, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and California Professional Engineering, Inc., a California corporation ("Contractor"), whose address is 929 Otterbein Avenue, Suite E, La Puente, CA 91748, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of Closed Circuit Television ("CCTV") equipment, installation of Light Emitting Diode ("LED") intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, plan T- 6040 -S and as listed in the Summary of Work (Section 1) of the Traffic Signal Special Provisions Supplemental, which is part of the Special Provisions for Contract No. 7314-1 (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7314-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Fifty Nine Thousand Six Hundred Eighty Four Dollars ($359,684.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Van Nguyen to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. California Professional Engineering, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 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 City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Van Nguyen California Professional Engineering, Inc. California Professional Engineering, Inc. Page 3 939 Otterbein Avenue, Unit E La Puente, CA 91748 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. California Professional Engineering, Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and California Professional Engineering, Inc. Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. California Professional Engineering, Inc. Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, California Professional Engineering, Inc. Page 7 specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract California Professional Engineering, Inc. Page 8 shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attornev's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] California Professional Engineering, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORN Y' OFFICE Date: Date: J 41 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: � Aaron C. Harp Marshall "Duff ' Duffield City Attorney Mayor CONTRACTOR: California Professional Engineering, Inc., a California corporation Date: Signed in Counterpart By: Van T. Nguyen President/Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements California Professional Engineering, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORN Y' OFFICE Date: /4 /g By:% Aaron C. Harp ai City Attorney ATTEST: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Marshall "Duffy" Duffield Mayor CONTRACTOR: California Professional Engineering, Inc.,,a California corporation By: I Van T.Nguyen President/Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements California Professional Engineering, Inca Page 10 Premium listed on Performance Bond Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. soot -6031 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to California Professional Engineering, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of Closed Circuit Television ("CCTV") equipment, installation of Light Emitting Diode ("LED") intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, plan T -6040-S and as listed in the Summary of Work (Section 1) of the Traffic Signal Special Provisions Supplemental, which is part of the Special Provisions for Contract No. 7314-1, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Allied World Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Nine Thousand Six Hundred Eighty Four Dollars ($359,684.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. California Professional Engineering, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25th day of/�,,_fru , 2018 . California Professional Engineering Inc. Name of Contractor (Principal) Allied World Insurance Company Name of Surety 550 S. Hope Street, Suite 1825, Los Angeles, CA 90071 Address of Surety 213-416-1453 Telephone APPROVED AS TO FORM: CITY ATT RNEY'S OFFICE Date: S �� AaronC. City Attorney LAnTx- Authorized Agent Signature Yung T. Mullick, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED California Professional Engineering, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) See Attached State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) California Professional Engineering, Inc. Page A-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On April 28, 2018 before me, Diem Chu, Notary Public are reent name and fithe of the officer) personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) Wars subscribed to the within instrument and acknowledged to me that he/shelt#rey-executed the same in his/heF/t#ieif-authorized capacity(iea), and that by his/her/their signature(.&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. atrrr 1,, '10p1EM CHIJ i, I certify under PENALTY OF PERJURY under tre lat''yy'�ul4e §{ate of California that the foregoing paragraph is true and correct. ° WITNESS my hand and official seal. toCgC1FOFZ�VP I.; ,p �i� o,� gnCoo eles, ``1: EteP,Isep u Ic SI lure (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATI DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) it Corporate Officer President/SecretarytTreasurer/Manager (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) F Other 4015 VerstnIV, 'mv. rvvlarpl; I;icSBS cam 60r;-ttI3-fbE('t1 INSTRUCTIONS FOR COMPLETING THIS FORM ON This f in complies mith nmrent Cnlif<n grin statutes regarding nalar7• mnrding mrd, if needed, should be completed mrd attncbetl to the docanent. Acknowledgments from other states mqv be completed for documents being sent to that state so long as the wording does riot require the California notary to niolote California notm), tau'. ® State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. ® Date of notarization must be the date that the signer(&) personally appeared which must also be the same date the acknowledgment is completed. N The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). Ei Print the name(s) of document signer(s) who personally appear at the time of notarization. X Indicate the correct singular or plural fors by crossing ofT incorrect forms (ix, he/sheithey- is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. 0 The notary seal impression must be dear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. ® Signature of the notary public must match the signature on file with the office of the county clerk. 0 Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. N Indicate title or type of attached document, number of pages and date. ® Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 0 Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On April 25, 2018 before me, Irene Luong Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the IRENE LIJONG person(s), or the entity upon behalf of which the person(s) Notary Public - Cali(ornla acted, executed the instrument. Orange County Commission R 2207169 My Comm. Expires Jul 27,2021 1 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 cla eal. Signature Place Notary Seal Above Signature of N ry Pu lic I ene ng OPTIONAL � Though the information below is not required by law, it mayprove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: I; i ALLIED WORLD INSURANCE COMPANY F, ALLIED 199 Water Street LL W O R LD New York, NY 10038 USA POWER OF ATTORNEY Issue Date: February 23, 2018 No. 32826-A1815 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company') does hereby appoint NAME(s): James W. Moilanen Yung T. Mullick Christine Hoang Stephanie Hoang FIRM: The Bond Exchange & Insurance Agency 24800 Chrisanta Drive Suite 160 Mission Viejo, CA 92691 Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, Issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above -referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Companys behalf. This 23rd day of February, 2018 yMNA DANA t. "It" S2m AyCpAHM, Gomr"bibaMarch Name: Robert E. Staples Title: Senior Vice President -Surety State of Pennsylvania County of Philadelphia On this 23rd day of. February, 2018, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the Individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporation thereto by authority of his office. Notary My Commission Expires: 03/28/2020 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED, that the proper oficers of the Corporation, the head of the surety business line for the Corporation and their appointed designees (each an "Authorized Offcel' and collectively, the "Authorized Officers') be, and each hereby is autorl N appoint one or maeAftaneysin-Fact to representand act for and on behalfof the Corporation in the transaction of the Canpanys suretybusiness to execute (under the common seal of the Capora0on Iappopdate)bonds. undedalungs, recegrizancesand othercontractsof indemnity and writings oblgatoryin rhe nahhre thereof. RESOLVED,. that in connection with the Corporator's transaction of surety business, the signalures and attestations of the Autlha%ed Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Paver of Attomey or certificate bearing such facsimile signatures or facsimile seal shall he valid and binding upon the Corporation when so affixed with respect to any bond, undedaNrg, recognizance or othermntract of indemnity or writing obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile a mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Paver of Attomey online CoromaJon, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVED, that in connection with the Corporations transaction of surety business, any such Attorney -In -Fact deltvedng a mcmadal a other certfieation that the foregoing resolutions still be in efed may insert in such certification the date thereof, said date to be net later than the dale of delNerythereof by such Attomeyin-Fact. RESOLVED, that the Authorized Olfors be, and each hereby is, authorized to execute (under the common seal of the Cogoratlah, ff appropriate), make, file and deliver in the name and on behalf of the Corporation any and all consents certificates, agreements, amendments, supplements, instruments and other documents w hatscever, and do any and all other things whatsoever in connection with the Corporation's transaction of surety business, as such Autorized Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated thereby and any anallary matters thereto andla to carry out the purposes and intent thereof, such deeming or determination to be conclusively evidenced by any such execution a the taking of any such acton by such Authorized Officer. I; Sung Lee, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby cedify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are rue and correct, and that both the Resduton and the Power of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal at the corporation, this J. of MCI1 ,2010 All Claim Notices should be sent to the below: Allied World Insurance Company Atm: Surely Department 30 South 171' Street, Suite 1600 Philadelphia, PA 19103 SUR 00046 00(05/2016) Sung Lee, VP, Legal Premium $5,179.00 subject to change based on the final contract amount Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 5001-6031 * for the first $500,00.00 at $14.40 FAITHFUL PERFORMANCE BOND for the next $2,000,000.00 at $8.70 The premium charges on this Bond is $ 5,179.00 , being at the rate of $ thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to California Professional Engineering, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of Closed Circuit Television ("CCN") equipment, installation of Light Emitting Diode ("LED") intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, plan T -6040-S and as listed in the Summary of Work (Section 1) of the Traffic Signal Special Provisions Supplemental, which is part of the Special Provisions for Contract No. 7314-1, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Allied World Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Nine Thousand Six Hundred Eighty Four Dollars ($359,684.00) 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. California Professional Engineering, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of &pri1 ,2018 California Professional Engineering Inc. Name of Contractor (Principal) Allied World Insurance Company Name of Surety 550 S. Hope Street, Suite 1825, Los Angeles, CA 90071 Address of Surety 213-416-1453 Telephone APPROVED AS TO FORM: CITY ARN 'S OFFICE Date: f By: Aaron C. Harp 0".%S City Attorney droy, NOTARY ACKNOWLEDGMENTS OF it California Professional Engineering, Inc. Page B-2 CONTRACTOR AND SURETY MUST BE ATTACHED California Professional Engineering, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. See Attached State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) California Professional Engineering, Inc. Page B-4 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Los Angeles } On April 28, 2018 before me, Diem Chu, Notary Public ere insert name an e o t e o icer personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the persons) whose name(.&) Ware subscribed to the within instrument and acknowledged to me that he{sfte/4,tey-executed the same in his/lT tfthejr-authorized capacity(ies), and that by his/her/their signature(.&) on the instrument the person(.&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the IaV$,pj,tPe State of California that the foregoing paragraph is true and correct. �1Z71297,4rf, R��°�aty Pu6G�'Z2 i WITNESS my hand and official seal.NOtaty-P' ublic Signature �— (Notary PublicS�elp�ry� �1a5 pZ `D 1� x tIt„ P'tl,'� ADDITIONAL OPTIONAL INFORMATIONINSTRUCTIONS FOR COMPLETING THIS FORM Tdis,fornr CaliGn ding complies wird cu...eni nra .r'tntMes regm notary is ording and. DESCRIPTION OF THE ATTACHED DOCUMENT if needed should be cmnpleiedond attached m dee document. Acknmrdedgmenrs fi am other states nrgn be completed for documents being.sent to thal slate so long as the yarding does not require the California notaq to riolote California notmy tan. (Title or description of attached document) N State and County infomration must be the State and County where the document signer(s) personally appeared before the notary public for acknox'ledgmenl. (Title or description of allached document continued) ® Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. ® The notary public must print his or her name as it appears within his or her Number of Pages _Document Dale commission followed by a comma and then your title tnotary public). A Print the namc(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER 8 Indicate the correct singular or plural forms by crossing off incorrect roma (i.e. El Individual (s) he/she%E . is leer ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. Corporate Officer 0 The notary seal impression most be dear and photographically reproducible. PresidenUSeeretary/Treasurer/Manager Impression must not cover text or lines. If seal impression smudges, re -seal ira (Title) sufficient area permits, otherwise complete a different acknowledgment form. ❑ Partner(s) E Signature of the notary public must match the signature on file %villi the office of the county clerk. ❑ Attorney -in -Fact ® Additional information is not required but could help to ensure this ❑ Trustee(s) acknoxledgment is not misused or attached to a different document. OtherN Indicate title or type of attached document, number of pages and date. El® Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version v,,w, Notafye;latses cont 30f, 0 Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On April 25, 2018 before me, Irene Luong Notary Public, Date Insert Name of Notary exactly as it appears on the off cial seal personally appeared it Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. IRENE LUONG Notaryangec I certify under PENALTY OF PERJURY under the laws of County Orange County 2207169 Commission 1111' the State of California that the fore of ara rah is true g g p My Comm. Expires Jul 27,2021 and correct. Witness my hand d offi , s Signature Place Notary Seal Above Signature of Not a lic Ir Luong 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact Mof ❑ Trustee ♦ ❑ Trustee Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top thu7herej ❑ Other: ❑ Other:'I Signer is Representing: Signer is Representing: ------- A L L I ED ALLIEDWORLD INSURANCE COMPANY _, I, A"b W Q R L D New York, NY 10038 USA Issue Date: February 23, 2018 POWER OF ATTORNEY No. 32826-A1814 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company) does hereby appoint NAME(s): James W. Christine ItlIN@A & Insurance Aeencv 24800 Yung T. Mull ick Stephanie Hoang site 160 Mission Viejo, CA 92691 Its true and lawful Altomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizanoes and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above -referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused (hese presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. This 23rd day of February, 2018 p1(wFlt:Tt1 OK NNA vane k10TAR1►i SEAL OAHA 1. WNAHUL, 91oGYy pWik city d wturd�+rf+, cotta. Cau0.Y My (•A1r:)1t1SIk1A El¢ 4Ci iASrch �, �YJ1 State of Pennsylvania County of Philadelphia )SS. On this 23rd day of February, 2018, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seats of said corporation thereto by authority of his office. Name: Robert E. Staples Title: Senior Vice President - Surety Notary My Commission Expires: 03/28/2020 CERTIFICATE - Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012. RESOLVED, that the proper officers of the Corporation, the head of the surety business line for the Cogxxaon and their appointed designees (each an "Authorized Officer' and cdlecively, the "Authorized Offs lbe, and each hereby is, selhorized to appoint one or more Alberni to represent and act for and on behalf of the Caporafion in the transaction of the Company's surety business to execute (under the common seal of the Corporation, if appropriate) bonds, undertakings, reargnizances and other contracts of indemnity and milings obligatory in the nature thereof RESOLVED, that in connection with the Corporations transaction of surety business, the signatures and afteslations of the Authorized Officers and the seal of the Co pencon may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey a certificate hearing such facsimile signatures a facsimile seal shall be valid and binding upon the Corporation when so affixed wrath respect b any bond, undertaking, recognizance or othercomrad of indemnity or writing obligatory in the nature thereof. RESOLVED, that in connection With the Corporation's transaction of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Power of Attomey of the Corporation, with signatures affixed as next above rated, shall be valid and binding upon the Coryaatiai Win the same force and effect as though manually affixed. RESOLVED, that in connection wish the Corporation's transaction of surety business, any such Momey-in-Fad delivering a seenetanal or other creucaton that the foregoing resolutions still be in effect may used in such certification the date thereof, said dale to be rat later than the date of delivery thereof by such AttomeomFact. RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporation, if apprgaiate), make, Is and derver in the name and on behalf of the Corporation any and all consents, cedficates, agreements, amendments, supplements, instruments and other documents whalsoever, and do any and all other things whatsoever in connection Wth the Co poratiods transaction of surely business, as such Authorized Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutons, the transactions contemplated thereby and any andllary matters thereto andlor to carry cut the purposes and intent thereof, such deeming or determination to be oondusively evidenced by any such execution or the taking of any such action by men Authorized Officer, I, sung Lee, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attomey issued pursuant thereto, are we and conect, and that both the Resolution and the Paver of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the mrpomtion,Ihls 4 day of._—Avil( _-,20116 All Claint Not;scs should be send to the below: Allied World Insurance Company Alto: Surety Department 30 South 176 Sheet, Suite 1600 (((JJJ Philadelphia, PA 19103 Sung Lee, VP, Legal SUR 0004600(05/2016) EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 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 Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 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. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an California Professional Engineering, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten California Professional Engineering, Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may California Professional Engineering, Inc. Page C-3 review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. California Professional Engineering, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 5/1/18 Dept./Contact Received From: Raymund Date Completed: 5/2/18 Sent to: Raymund By: Jan Company/Person required to have certificate: California Professional Engineering Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 2/26/18 — 2/26/19 A. INSURANCE COMPANY: Navigators Specialty Insurance Company B. AM BEST RATING (A-: VII or greater): A / XII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes N No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M/$2M E. ADDITIONAL INSURED ENDORSEMENT—please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? E Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): E N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 2/26/16 — 5/18/18 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A-: VII or greater) A++/ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A E Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A N Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: N N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 12/1/17 —12/1/18 A. INSURANCE COMPANY: ACE American Insurance Company B. AM BEST RATING (A-: VII or greater): A++/ XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach Date 5/2/18 ® Yes ❑ No ® Yes ❑ No $2,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $_ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk Management approval required for non -admitted General Liability carrier. 5/1/18 Risk Management approved use of non -admitted carrier. Approved: Risk Management * Subject to the terms of the contract. Date City of Newport Beach FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7314-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 03/20/2018 Date 626-810-13381626-810-1322 Bidder's Telephone and Fax Numbers 793907 1 A; C-10 Bidder's License No(s). and Classification(s) Cal Bidder's Authorized Sigwure and Title Inc. 929 Otterbein Ave Unit E La Puente, CA 91748 Bidder's Address Bidder's email address: van@cpen ineerin inc com PR -1 City of Newport Beach TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2017-2018 (C-7314-1), bidding on March 21, 2018 10:00 AM (Pack) Bid Results March 21, 2018 9:25:14 AM (Pacific) Bidder Details Vendor Name California Professional Engineering, Inc. Address 929 Otterbein Avenue Confirmation # Unit E Ranking La Puente, CA 91748 Respondee Comment United States Respondee Van Nguyen Respondee Title President Phone 626-810-1338 Ext. Email van@cpengineeringinc.com Vendor Type DGS,DBE,FSD,MBE License # 793907 CADIR Bid Detail Bid Format Electronic Submitted March 21, 2018 9:25:14 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 135525 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name BID SUBMITTAL - CALIFORNIA PROFESSIONAL Newport Beach Bid Submittal.pdf ENGINEERING INC BID BOND (CPE) SUBMITTED/DELIVERED TO CITY CLERK SKMBT_364e 18032108590.pdf Line Items Type Item Code UOM Qty Unit Price Main Bid 1 Mobilization Lump Sum 1 $3,000.00 Page 1 File Type General Attachment Bid Bond Line Total Comment $3,000.00 2 Traffic Control Lump Sum 1 $8,000.00 $8.000.00 3 Remove & Reconstruct P.C.C. Curb Access Ramps EA 4 $8,395.00 $33,580.00 4 Remove & Reconstruct P.C.C. Sidewalk SF 965 $14.00 $13,510.00 5 Irvine Avenue at East 17th Street/Westcliff Drive Intersection Traffic Signal Modification Lump Sum 1 $288,094.00 $288,094.00 uldn-,�tpol' h , City of Newport Beach TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2017-2018 (C-7314-1), bidding on March 21, 2018 10:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Irvine Avenue at East 17th Street/Westcliff Drive Intersection Temporary Traffic Signal Operation Lump Sum 1 $13,000.00 $13,000.00 7 Provide As -Built Drawings Lump Sum 1 $500.00 $500.00 Subtotal $359,684.00 Total $359,684.00 Subcontractors Name & Address Description License Num CADIR Amount Type All American Asphalt Civil 276703 1000001051 $40,876.00 CADIR PO Box 2229 Corona, CA 92878 United States Crosstown Electrical & Data, Fiber Optic 756309 1000000155 $14,350.00 CADIR Inc. 5463 Diaz St. Irwindale, CA 91706 United States Advantage Directional Drilling, Boring 1027866 1000050726 $3,500.00 Inc. 13315 Homestead Dr Victorville, CA 92392 United States Page 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 FY2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM CONTRACT NO. 7 14--1, / DATE: March 8, 2018 BY: CityEn ineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. CHANGES: On Plan Sheet 2 of 3, installation of new detector loops (30 total) on Irvine Avenue (both directions) shall not be part of the work described in these Contract Documents. The work will be done as part of an upcoming pavement rehabilitation project. The following provides additional details and clarification: o The detector loops include 14 circular loops (advanced loops included) and one 4' x 6' bicycle loop for the northbound direction and 14 circular loops (advanced loops included) and one 4' x 6' bicycle loop for the southbound direction. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. (4a crnictproFess on 4L-nee-rinq,Inc:. Bidder's Name (Please Print) Date Authorized Signatu�j & Title f'.\users\pbw\Shared\wntracts\fy17-18 current projects\300- transportationUraRc signal rehabilitation (17-18) c-7314-1 - 18t01\bidding docs\addendum no 1 c-7314-t.dou CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL REHABILITATION PROGRAM 18T01 FY 2017-18 CONTRACT NO. 7314-1 PART 1 - GENERAL PROVISIONS 14 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7 7 7-1.2 Temporary Utility Services 7 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 8 7-8.4.2 Storage in Public Streets 8 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 9 7-10.3 Haul Routes 9 7-10.4 Safety 9 7-10.4.1 Work Site Safety 9 7-10.5 Security and Protective Devices 9 7-10.5.3 Steel Plate Covers 9 SECTION 9 - MEASUREMENT AND PAYMENT 10 9-2 LUMP SUM WORK 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment. 11 PART 2 - CONSTRUCTION MATERIALS 12 SECTION 200 - ROCK MATERIALS 12 200-2 UNTREATED BASE MATERIALS 12 200-2.1 General 12 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 12 201-1 PORTLAND CEMENT CONCRETE 12 201-1.1 Requirements 12 201-1.1.2 Concrete Specified by Class and Alternate Class 12 201-2 REINFORCEMENT FOR CONCRETE 12 201-2.2 Steel Reinforcement 12 201-2.2.1 Reinforcing Steel 12 SECTION 203 — BITUMINOUS MATERIALS 12 203-6 ASPHALT CONCRETE 12 203-6.5 Type III Asphalt Concrete Mixtures 12 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 13 214-4 PAINT FOR STRIPING AND MARKINGS 13 214-4.1 General 13 214-6 PAVEMENT MARKERS 13 214-6.3 Non -Reflective Pavement Markers 13 214-6.3.1 General 13 214-6.4 Retroreflective Pavement Markers 13 214-6.4.1 General 13 SECTION 215 - TRAFFIC SIGNS PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 13 14 14 14 14 300-1.3.1 General 14 300-1.3.2 Requirements 14 SECTION 302 - ROADWAY SURFACING 14 302-5 ASPHALT CONCRETE PAVEMENT 14 302-5.1 General 15 302-5.8 Manholes (and Other Structures) 15 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 15 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 15 DRIVEWAYS 15 303-5.1 Requirements 15 303-5.1.1 General 15 303-7 COLORED CONCRETE 15 303-7.1 General 15 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 15 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 15 314-4.1 General 15 314-4.2 Control of Alignment and Layout 16 314-4.2.1 General 16 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 16 314-4.4.1 General 16 314-4.4.2 Surface Preparation 16 314-5 PAVEMENT MARKERS 16 314-5.1 General 16 SECTION 315 - TRAFFIC SIGN INSTALLATION 17 PART 6 — TEMPORARY TRAFFIC CONTROL 17 SECTION 600 - ACCESS 17 600-1 GENERAL 17 600-2 VEHICULAR ACCESS 17 600-3 PEDESTRIAN ACCESS 18 SECTION 601— WORK AREA TRAFFIC CONTROL 18 601-1 GENERAL 18 601-2 TRAFFIC CONTROL PLAN (TCP) 18 PART 7— STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 19 Delete the entire part and add the following: 19 CITY OF NEWPORT BEACHfli PUBLIC WORKS DEPARTMENT Na 80282 SPECIAL PROVISIONS TRAFFIC SIGNAL REHABILITATION PROGRAM 18T01 FY 2017-18 CONTRACT NO. 7314-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. T -6040-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including Supplements; (5) Standard Specifications and the Standard Plans of the State of California Department of Transportation (2010 Edition) including Supplements. The City's Design Criteria Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page 1 of 19 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a "C- 10" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCTV equipment, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to plan T -6040-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph 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 Engineer 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 Corner Record or Record of Survey with the County Surveyor 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. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. Page 2 of 19 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours Page 3 of 19 minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. In addition, the Contractor shall pothole all signal mast arm pole foundation locations as the first order of work prior to placing the traffic signal poles order, with a minimum pothole diameter of three (3) feet and eight (8) foot depth for each location. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. After potholing, the Contractor shall restore the sidewalk pedestrian areas with concrete or hot asphalt and maintain these temporary patches for the duration of the project until final reconstruction is complete. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving Page 4 of 19 operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies 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. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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 baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline 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 baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. The schedule shall detail all planned traffic signal outages ("dark" or "red -flash"). The scheduling of these items shall be maintained and updated as necessary. The Engineer shall be notified immediately when these items are rescheduled. NOTE: In an effort to expedite the necessary potholing of signal mast arm pole foundation locations prior to placing the traffic signal poles order, the City desires to issue Notice to Proceed to Contractor immediately after contract award. City and Contractor shall coordinate to expedite required paperwork and submittal approval. Page 5 of 19 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:30 a.m. to 4:30 p.m., Monday through Friday. 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 8:00 a.m. to 6:00 p.m. on Saturdays 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. For the Irvine Avenue at East 171h StreeUWestcliff Drive intersection location where night work is allowed in order to minimize disruption to the community, the following requirements shall apply: A. The Contractor shall allow for three (3) nights of work including, but not limited to, signal pole installations and cabinet turn -on. B. Night work hours shall be considered to be from 9:00 p.m. to 6:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. C. The Engineer must approve all requests for night work. D. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) Page 6 of 19 11. December 2Vh thru 30th (City Office Closure) 12. December 31St (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. 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. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit Page 7 of 19 will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, 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 such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. 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. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 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. Page 8 of 19 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: 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 will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety 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. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Page 9 of 19 Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices 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: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for mobilization, providing bonds, insurance and financing, obtaining an equipment and material storage site, construction surveying, preparing and implementing the BMP Plan, potholing and exploratory work, preparing and updating construction schedule, providing submittals, attending all construction meetings, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions and Supplemental. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K- raits, temporary striping, and flag persons. This item includes providing three (3) Changeable Message Signs (CMS) and updating messages on the CMSs as requested by the Engineer for the duration of the project. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Remove & Reconstruct P.C.C. Curb Access Ramps: Work under this item shall include, but not limited to, the cost of sawcutting, all labor and materials relating to removing and disposing of existing improvements, importing and compacting subgrade, constructing P.C.C. Curb Access Ramp including raised truncated domes per Page 10 of 19 CNB STD -181, retaining curbs, 12" wide x 12" deep AC patch back, curb painting, grooving, doweling in adjacent sidewalk if necessary, and all other work items as required to complete the work in place per the Plans, Special Provisions and Supplemental. The Contractor shall have inspected the locations where new access ramps are to be installed and the unit price bid shall apply to all City standard curb access ramp cases. Item No. 4 Remove and Reconstruct Minimum 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include, but not limited to, the cost of sawcutting, all labor and materials relating to removing and disposing of existing improvements, importing and compacting subgrade, constructing the 4 -inch thick P.C.C. sidewalk per CNB STD -180- L, adjusting sidewalk to grade to match adjacent improvements, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place per the Plans, Special Provisions and Supplemental. Item No. 5 Irvine Avenue at East 17th Street/Westcliff Drive Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Irvine Avenue at East 17th Street/Westcliff Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes work related to Bid Items 3 and 4 above. Item No. 6 Irvine Avenue at East 17th Street/Westcliff Drive Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Irvine Avenue at East 17th Street/Westcliff Drive intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 7 Provide As -Built Drawings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Page 11 of 19 Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be III -C3 -PG 64-10 RAP. Asphalt concrete base course shall be III -B2 -PG 64-10 RAP. Page 12 of 19 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 '/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. Page 13 of 19 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 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 found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General 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. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer 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. 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, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. 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. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT Page 14 of 19 302-5.1 General All cracks 1/4 -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 (e.g. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top two (2) inches of asphalt concrete (finish course) shall be placed in a separate lift. Holes, spalls, 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. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks 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 asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-7 COLORED CONCRETE 303-7.1 General Delete the first sentence and replace with the following: Colored concrete shall be produced by Method B (Integral Color) as described in Section 303-7.3. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Page 15 of 19 Temporary painted traffic striping and markings shall be applied in two coats, as soon as possible and within 24 hours after the finish course has been placed. Reflectorized glass beads or other retroreflective material shall be added to the installation of temporary paint striping. In addition to temporary pavement tabs, crosswalks shall be restriped as soon as possible, within 24 hours. Crosswalks shall not be left unpainted overnight. Temporary striping for Continental -style crosswalks may be installed with one (1) foot crosswalk bars. 314-4.2 Control of Alignment and Layout 314-4.2.1 General 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 proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 15 days. Page 16 of 19 Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. 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. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. 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. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted 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. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. Page 17 of 19 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. 600-3 PEDESTRIAN ACCESS 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. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to three (3) changeable message signs (CMSs), 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. Messages for the CMSs shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley 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) 718-3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Page 18 of 19 6. Sidewalk closures 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. UNEVEN PAVEMENT signs shall be deployed on the approach to roadway and/or bike lane sections that have been cold milled and/or plated. PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS Delete the entire part and add the following: Traffic Signal Special Provisions Supplemental (within these Special Provisions) Page 19 of 19 Traffic Signal Rehabilitation Program 18T01 FY 2017-18 C-7314-1 February 28, 2018 TABLE OF CONTENTS 1.0 Summary of Work....................................................................................................... 1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK....................................................................................1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS..............................................................................3 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 3 1.6 CABLING REQUIREMENTS........................................................................................................ 4 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 4 1.8 SCHEDULE OF WORK.............................................................................................................. 5 1.9 WORK AREA ACCESS AND TRAFFIC CONTROL..............................................................................6 2.0 Contractor's Qualifications.......................................................................................... 8 2.1 GENERAL.............................................................................................................................8 2.2 REQUIREMENTS.....................................................................................................................8 3.0 Fiber Optic Cable......................................................................................................... 9 3.1 REQUIREMENTS.....................................................................................................................9 3.2 PAYMENT........................................................................................................................... 10 3.3 QUALITY CONTROL.............................................................................................................. 10 3.4 GENERAL CONSIDERATIONS................................................................................................... 10 3.5 FIBER CHARACTERISTICS........................................................................................................ 11 3.6 COLOR CODING................................................................................................................... 12 3.7 GENERAL CABLE PERFORMANCE............................................................................................. 12 3.8 DROP CABLE....................................................................................................................... 13 3.9 FIBER PATCH CORDS............................................................................................................ 14 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 14 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 14 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 15 3.13 SPLICING............................................................................................................................17 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 18 3.15 FIBER ASSIGNMENTS............................................................................................................19 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 20 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 22 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 23 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 23 3.20 #10 GREEN TRACER WIRE.................................................................................................... 23 4.0 Fiber Patch Panel/Wall Interconnect Unit...................................................................24 4.1 GENERAL........................................................................................................................... 24 4.2 DESCRIPTION...................................................................................................................... 24 5.0 Fiber Distribution Unit(FDU)......................................................................................25 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc II 5.1 GENERAL...........................................................................................................................25 5.2 DESCRIPTION OF FDU.......................................................................................................... 25 6.0 Splice Closures...........................................................................................................26 6.1 GENERAL........................................................................................................................... 26 6.2 INSTALLATION..................................................................................................................... 26 7.0 Ethernet System........................................................................................................28 7.1 GENERAL........................................................................................................................... 28 7.2 CAT6-A CABLE................................................................................................................... 28 7.3 INSTALLATION..................................................................................................................... 28 7.4 TESTING.............................................................................................................................28 7.5 WARRANTY........................................................................................................................28 8.0 Power Strip................................................................................................................29 8.1 GENERAL........................................................................................................................... 29 8.2 WALL -MOUNTED POWER STRIP............................................................................................. 29 8.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 29 9.0 Ethernet Radio System...............................................................................................31 9.1 GENERAL........................................................................................................................... 31 9.2 REQUIREMENTS................................................................................................................... 31 9.3 TESTING............................................................................................................................. 31 9.4 WARRANTY........................................................................................................................ 31 10.0 CCTV System..............................................................................................................32 10.1 GENERAL...........................................................................................................................32 10.2 CCTV IP DOME CAMERA...................................................................................................... 32 10.3 CCTV INTEGRATED CAMERA CABLE........................................................................................ 32 11.0 Conduit......................................................................................................................33 11.1 GENERAL...........................................................................................................................33 11.2 REQUIREMENTS................................................................................................................... 33 11.3 QUALITY CONTROL.............................................................................................................. 33 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 33 11.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 34 11.6 INSTALLATION..................................................................................................................... 34 12.0 Pull Boxes..................................................................................................................37 12.1 GENERAL...........................................................................................................................37 12.2 PULL BOX AND PULL BOX COVER............................................................................................ 37 12.3 INSTALLATION REQUIREMENTS............................................................................................... 38 12.4 INSTALLATION DETAIL........................................................................................................... 38 13.0 Twisted Pair Cable.....................................................................................................39 13.1 GENERAL...........................................................................................................................39 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc III 13.2 REQUIREMENTS................................................................................................................... 39 13.3 CABLE MARKING................................................................................................................. 39 13.4 QUALITY CONTROL.............................................................................................................. 39 13.5 GENERAL CONSIDERATIONS................................................................................................... 39 13.6 INSTALLATION..................................................................................................................... 40 13.7 COMMUNICATION LINK TESTING............................................................................................ 40 14.0 Controller Cabinet Assemblies....................................................................................41 14.1 GENERAL...........................................................................................................................41 14.2 DOCUMENTATION............................................................................................................... 41 14.3 WARRANTY........................................................................................................................ 41 14.4 CABINET STANDARDS...........................................................................................................41 14.5 CABINET WIRING................................................................................................................. 42 14.6 CABINET EQUIPMENT............................................................................................................ 44 15.0 Standards, Steel Pedestals, and Posts.........................................................................47 15.1 GENERAL...........................................................................................................................47 15.2 FOUNDATIONS.................................................................................................................... 47 15.3 PAINT AND POWDER COATING............................................................................................... 47 16.0 Service Enclosures......................................................................................................48 16.1 GENERAL...........................................................................................................................48 17.0 Signal Faces...............................................................................................................49 17.1 VEHICLE SIGNAL FACES......................................................................................................... 49 17.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 49 17.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 49 17.4 PAINT AND POWDER COATING............................................................................................... 49 18.0 Vehicle Detectors.......................................................................................................50 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 50 19.0 Push Button Assemblies.............................................................................................51 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 51 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 51 19.3 PAINT AND POWDER COATING............................................................................................... 51 20.0 Lighting......................................................................................................................52 20.1 LED LUMINAIRES................................................................................................................ 52 20.2 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.................................................................. 52 20.3 PAINT AND POWDER COATING............................................................................................... 52 21.0 Opticom Priority Control System................................................................................53 22.0 Battery Backup System..............................................................................................54 22.1 BATTERY BACKUP CABINET.................................................................................................... 54 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\TraFRc Signal Rehabilitation (17-18) C-7314-1 - 18TO3\DESIGN PHASE\TS Rehab 18To1 SPECS SUPPLEMENTAL C-7314-1.doc IV 23.0 Paint and Powder Coating..........................................................................................54 24.0 Signs..........................................................................................................................55 24.1 GENERAL........................................................................................................................... 55 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECT5\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHA5E\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Description of Work Irvine Avenue / East 17th Street -Westcliff Drive Traffic Signal Rehabilitation 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Traffic signal modification and installation at the location shown on the plans. • Furnish and install CCN Camera System at the location shown on the plans. • Remove and salvage existing Internally Illuminated Street Name Sign (IISNS) panels. Furnish and install custom City of Newport Beach IISNS panels per Supplemental Details of these Special Provisions. For Costa Mesa IISNS panels, the Contractor shall coordinate delivery of blank IISNS panels to Costa Mesa city yard for fabrication. • Relocation of existing LED luminaires per the pole schedule on the plans. • Fusion splice SMFO and complete all SMFO connections per plans. • Testing of all equipment and systems furnished and installed under this Contract, including but not limited to the traffic signal controllers and associated traffic signal system equipment, CCN camera systems, and associated fiber optic communication equipment. • Remove and reconstruct curb access ramps as shown on the plans. • Construct sidewalk & curb and gutter as shown on the plans. • Installation/modification of new signing, striping, and curb markings as shown on the plans. • Furnish accurate project documentation, as specified in these Special Provisions. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Planned traffic signal outages ("dark" or "red -flash") may be required during evening hours. The Contractor shall use the following parameters to plan out the traffic signal work: F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc Davtime Work Working Hours 7:30 am to 4:30 pm Monday thru Friday Lane Closures 9:00 am to 3:00 pm Monday thru Friday Turn -on of traffic signal 9:00 am to 3:00 pm Monday thru Thursday Time Work I Working Hours 1 9:00 pm to 6:00 am I Mondav thru Thursdav I Please note that turn -on of traffic signals with a new controller cabinet shall only be scheduled for hours between 9 am and 3 pm and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. Again, daytime lane closures will only be permitted from 9:00 am to 3:00 pm. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Traffic signal modification work shall be phased so that no more than one traffic signal shall be shut- down ("dark" or "red -flash") at the same time. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 2 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range -+50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards 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 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 3 with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCN system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and 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. F:\Users\PBW\Shared\Contracts\FV17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 4 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. 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. 1.8 SCHEDULE OF WORK 1. Contractor shall provide a construction schedule to City. Approval of schedule is required prior to beginning work. 2. Normal working hours are: Monday through Friday 7:OOAM to 4:3013M. 3. Arterial lane closures are allowed between the hours of 9:OOAM and 3:OOPM 4. Contractor shall not work on City -recognized Holidays or during the City holiday closure of December 25 to January 1. A list of City -recognized Holidays can be obtained from the City. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 5 1.9 WORK AREA ACCESS AND TRAFFIC CONTROL 1.9.1 POST "NO PARKING TOW AWAY" SIGNS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted 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. City "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. 1.9.2 PEDESTRIAN ACCESS 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. 1.9.3 WORK AREA TRAFFIC CONTROL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to four (4) changeable message boards (CMBs), 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. Messages for the CMBs shall be updated by the Contractor as directed by the Engineer. The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18( C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 6 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley 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) 718-3466 and all affected property owners. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 7. Lane closures on Arterial Highways are limited to the hours of 9AM to 3PM. Hours may be extended at the request of the Contractor and if approved by the City. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - S8T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 7 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314.1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 8 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be three (3) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for City of Newport Beach. 2. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for Caltrans 3. Drop cable which shall contain six (6) single -mode optical fibers. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. F:\Users\PBW\5hared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 9 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 Code° (NESC), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 6. The cable shall be tagged in each pull box with size and direction. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: • 50% of bid price - After fiber optic cable installation • 30% of bid price - After fiber optic cable testing received by City • Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. F:\Users\PBW\Shared\Contract5\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 10 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 OC) 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.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Corning Altos or approved equivalent Core diameter 8.3 µm (nominal) Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset <0.7 µm Coating Diameter 240 µm±0.5 µm Cladding Non -circularity defined as: [1- (min. cladding dia + max. cladding dia.)]x100 <1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <0.35 dB/km <0.31 dB/km <0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (A.) Zero Dispersion Slope 1302 < X.< 1322 nm <0.092 ps/(nm'.km) Maximum Dispersion: < 3.5 ps/(nm.km) for 1285 - 1330 nm < 18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHA5E\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 11 Parameters Value 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) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-5988 "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 12 The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% 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 IV). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid - span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 13 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. LC type connectors will be used for all outdoor and indoor installations. The LC connectors shall meet the following specifications. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\Ts Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 14 Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for LC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance g -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 d6 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 Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. 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 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 15 pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 16 Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. 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. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 17 Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-56 (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. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 18 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 qJm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 19 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 DOD test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 20 fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 21 • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - S8T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 22 sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. The cable shall be tagged in each pull box. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 23 4.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 4.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 4.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. 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 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. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 24 5.0 FIBER DISTRIBUTION UNIT (FDU) 5.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The 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. 5.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 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 Corning Cable System or approved equal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 25 6.0 SPLICE CLOSURES 6.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 6.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 26 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems, or approved equal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 27 7.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 7.1 GENERAL The locations for the installation of Ethernet switches are shown on the corresponding design plans. The Ethernet Switches with power supplies shall be furnished by Iteris and installed by the Contractor. Ethernet Switch shall be Cisco IE -3000 8TC, or approved equal. The Ethernet Switch power supply shall be Cisco PWR-IE50W-AC Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 7.2 CAT6-A CABLE 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. 7.3 INSTALLATION Contractor shall furnish and install switches as shown on the plans and as directed by Engineer. 7.4 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. 7.$ WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 28 8.0 POWER STRIP 8.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 8.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. The Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 8.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting F:\Users\PBW\Shared\Contracts\FV17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 29 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. The Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8UItra-NEMA and ISOBAR11Ultro-Rack-Mount, or approved equal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 30 9.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 9.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 9.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB58INT or approved equal 9.3 TESTING The Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 9.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-S.doc 31 10.0 CCTV SYSTEM 10.1 GENERAL The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCTV camera system including the dome camera, CCTV cable (video/data/power), and CCN camera mounting hardware and shall be Contractor -furnished. The Contractor shall install the CCTV camera system at locations as shown on the Plans. 10.2 CCTV IP DOME CAMERA The Camera shall be IP, Color CCD and capable of producing no less than 720P resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 30 X and be manual/auto focus capable. The camera shall be able to operate with a continuous 3600 rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -340 to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 20 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. The camera shall have the following features: • Network Interface — Ethernet (10013aseT-Tx) • Protocol —TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECS — H.264 and MPEG (720p) • Pan Range - 360° • Tilt Range - 50 to -900 • Power — POE++ Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCTV camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU Model Rise 4220HD 4221-1000 Dome, or approved equal. The POE++ Injector shall be COHU Model Enable -IT 7412007-003, or approved equal. 10.3 CCTV INTEGRATED CAMERA CABLE The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCN cable shall be COHU Model CA276A series, or approved equal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 32 11.0 CONDUIT 11.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 11.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 11.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 33 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equal. 11.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equal. 11.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 34 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 11.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 11.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 35 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. F:\Users\PeW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 36 12.0 PULL BOXES 12.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 12.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equal, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 All new STREET LIGHT pull boxes shall be per City Standards STD -204-L and per the Plans. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 37 12.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 12.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc W 13.0 TWISTED PAIR CABLE 13.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 13.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 13.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (X) of the diameter of the cable and must be permanent and weatherproof. 13.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 13.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 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 F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 39 • 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 with: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 13.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. The Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 13.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CO. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. F:\Users\PeW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 40 14.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies' of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel Type "d', "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units— detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet 14.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 14.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 14.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 14.4 CABINET STANDARDS 14.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "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-H32 0.125 -inch thick aluminum F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18TO1\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 41 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All outside seams shall be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 14.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. 14.5 CABINET WIRING 14.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 14.5.2 VENTILATINGFAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a 0.5 -amp fuse. 14.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. 14.5.4 CABINET LIGHTASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 14.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 14.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 42 14.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 5-15 GFCI 2 - gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 14.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 14.5.9 2 -POSITION Auro/FLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.103 -POSITION Auro/OFF/ON STov TIME — SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 14.5.112 -POSITION CONTROLLER POWER ONIOFF —SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 14.5.132 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 14.5.142 -POSITION 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. 14.5.15CAeLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 14.5.16COLOR CODING All cabinet wiring shall be color coded as follows: F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 43 • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logic ground) • Black = AC+ • White = AC- • Green = Chassis 14.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 14.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 14.5.19DETECTOR RACKAND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 14.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 14.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 14.5.22FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 14.6 CABINET EQUIPMENT 14.6.1 CONTROLLER UNIT Shall be a Cobalt Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 44 14.6.2 DETECTORS Cabinets shall be equipped with eight (8) T52 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equal. 14.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 14.6.4 BIU BUS INTERFACE UNIT) BTU's shall meet all TS2-1992 section 8 requirements. In addition, all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 14.6.5 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. 14.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. 14.6.7 POWER BUSASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 14.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-50 and sub- base. 14.6.9 LOAD SWITCH All load switches shall meet NEMA TS-2, Section 6 requirements and shall be PDC SSS-86-I/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 14.6.10FLASHER UNIT All flasher units shall meet NEMA TS-2, Section 6 requirements and shall be EDI model 810 or equivalent. 14.6. 11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 14.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 45 14.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the Engineer. 14.6.14EQUIPMENT 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. F:\Users\PHW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 46 15.0 STANDARDS, STEEL PEDESTALS, AND POSTS 15.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 15.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, the Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 15.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. F:\Users\PSW\Shared\Contracts\FV17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 47 16.0 SERVICE ENCLOSURES 16.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 -amp main, 15 -amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 -amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -28 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the Contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc M 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 17.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - S8T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-S.doc 49 18.0 VEHICLE DETECTORS 18.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be installed per City Standard Drawing Nos. 923 -L-A and 923 -L -B of Supplemental Details of these Special Provisions Supplemental. Lead loops shall be modified Type E, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -SA and ES -5B. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18To1\DESIGN PHASE\TS Rehab 18TO1 SPECS SUPPLEMENTAL C-7314-1.doc 50 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECT5\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 51 20.0 LIGHTING 20.1 LED LUMINAIRES For the traffic signal location, all existing LED luminaires shall be relocated per the pole schedule on the plans. 20.2 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware at the traffic signal location. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The Contractor shall provide shop drawings of all of the required sign panel legends for review by the Engineer. IISNS shall be NuArt EdgeLit (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign panel legends shall be white on blue background with Newport Beach city sail logo per City Standard Drawing No. 916-A of Supplemental Details of these Special Provisions Supplemental. 20.3 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 52 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable The Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 53 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 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 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. The BBS shall be Alpha Technologies Model FXM 1100 Rugged UPS Module, Rack mount kit 2RU — 19", and MK Battery Model 8A24 HEU, or approved equal. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "0" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. The BBS Cabinet shall be McCain Model 36x20x16 BBS Cabinet, Side Mount M42513 -SC Power Coated, or approved equal. 23.0 PAINT AND POWDER COATING Traffic signal poles and mast arms shall be coated as detailed below: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. F:\Users\PBW\Shared\Contracts\FY17-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18To1\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 54 Traffic signal controller cabinet shall be coated as detailed per Section 14.4 of the Special Provision Supplemental. The BBS and service cabinets shall be coated to match the controller cabinet. 24.0 SIGNS 24.1 GENERAL Signs shall be furnished and installed per City Standard Drawing No. 924-L of Supplemental Details of these Special Provisions Supplemental. F:\Users\PBW\Shared\Contracts\FV37-18 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (17-18) C-7314-1 - 18T01\DESIGN PHASE\TS Rehab 18T01 SPECS SUPPLEMENTAL C-7314-1.doc 55 CITY OF NEWPORT BEACH FY 2017-18 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 7314-1 SUPPLEMENTAL DETAILS • CITY STANDARD DRAWING NO. 180-L • CITY STANDARD DRAWING NO. 181 (THREE SHEETS TOTAL) • CITY STANDARD DRAWING NO. 916-A • CITY STANDARD DRAWING NO. 923 -L-A • CITY STANDARD DRAWING NO. 923-L-13 • CITY STANDARD DRAWING NO. 924-L • COAST HIGHWAY TSS COMMUNICATION SCHEMATICS - Contract No. C-7235-1, Drawing No. T -6038-S, Sheet 29 of 33 (Full Size Plan will be provided.) D-1 VARIES '�j 3ATERIA (TYP) O/NT � MATERWL(1YPJ CURB RETURN AREA 10' TYPICAL SLOPE 2% MAX, 4" MIN, P.C.C. TYPICAL SECTION 3/8" EXPANSION JOINT MATERIAL WEAKENED PLANEJOINTS LANDSCAPE PARKWAY WITH STREET TREES REQUIRED WHEN DISTANCE FROM CURB TO PROPERTY LINEEKCEEDS 6 FEET M RESIDENTIAL AREAS CONCRETE SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES. 413 8'8' 8' 8' 41 i tl/�41�ICK-JOINT M3 * 613 h R=15' FOR LOCAL STREETSAND 25' FOR ARTERIAL STREETS UNLESS OTHERWISE SPECIFIED �W CONCRETESHALL 6E560 -C-3250 CURBACCESS RAMP SHALL COMPLY WITH CURRENT - ADA REQUIREMENTS CURB FACE CURB RETURN AREA 10' TYPICAL SLOPE 2% MAX, 4" MIN, P.C.C. TYPICAL SECTION 3/8" EXPANSION JOINT MATERIAL WEAKENED PLANEJOINTS LANDSCAPE PARKWAY WITH STREET TREES REQUIRED WHEN DISTANCE FROM CURB TO PROPERTY LINEEKCEEDS 6 FEET M RESIDENTIAL AREAS CONCRETE SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES. PL677NG OR CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS RK o Avv. REVISED CITY ENGINEER DATE pIR pF RI&IC WCRI6 PATE AWPIEp CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DETAIL NO SIDEWALK DETAIL 1 180-L USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I SNEET I OR EQUAL8' 8'8' 8' 8' i tl/�41�ICK-JOINT PL677NG OR CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS RK o Avv. REVISED CITY ENGINEER DATE pIR pF RI&IC WCRI6 PATE AWPIEp CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DETAIL NO SIDEWALK DETAIL 1 180-L USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I SNEET I `o itof lL Lu a U v xew B adolS %S'L xe cadolc 1o�, aaej qmU algeueA m Lu Q U 3l i ` a3i f m iw .e ,I,iag' aLN a W U FLo � v °' mEry a U v 0 o ° �y Q U m o a 2'� o 0xe o ^ gIrrJ b m I m Lu Q U 3l i ` a3i m rno L � v mEry = VY ILL m Lu Q U 3l i ` a3i �2 4 L o 0xe < £ m I pI I£ %E.o S'L jr a � 0 _ G O V ^ CC v I C L 'pIW „Z -.b r I N N `� I C Jo @ g N ' � w I qEl I L Ie 6S'L ` I G +J � � u O r a y P [ Z O F O p F Rn m w w z RECD AR. RMSED CItY ENGINEER DATE plft OF WDLIC WORK$ pAiE gWpIED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS SIANDMD DUML NO. CURB ACCESS RAMP 181 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 'HIff Ion NOTES L IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4 '-2 "PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAYBE DEPRESSED LONGITUDINALLY OR MAYBE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN IN DETAIL B TO ACCOMMODATE WHEELCHAIRS. 4. NOT USED 5. IF LOCATED ON A CURVE, THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4'-2". 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MINIMUM. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELYADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN I V. 20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED I" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS. AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA -2 COLOR A-90. OR APPROVED EQUAL. 11. DETECTABLE WARNING SURFACES SHALL EXTEND 36 INCHES MINIMUM IN THE DIRECTION OF TRAVEL AND THE FULL WIDTH OF THE CURB RAMP. A 4'-0" WIDE DETECTABLE WARNING MAY BE USED ON A 4'-2" WIDE CURB RAMP. a CID AVP. NEWPORT BEACH CURB ACCESS RAMPn 181 TOP DIAMETER 45" .20" J BASE DIAMETER .90" 0 RAISED TRUNCATED DOME RECD CROSSWALK IF PROVIDED DETATL A TYPICAL TWO -RAMP CORNER INSTALLATION 2.3" Min. to 2.4" Max. Center to Center i spacing —� O O O O O O RAISED TRUNCATED DOME PATTERN IN-LINE APP. BEACH WHERE A FLARED I SIDE OCCURS If PROVIDE 2'-0" MIN. OF CURB CROSSWALK IF PROVIDED DETATL B TYPICAL ONE -RAMP CORNER INSTALLATION CURB ACCESS RAMP USE WITH STANDARD 181 SHEET 3 W 3 WHERE A FLARED >< SIDE OCCURS Y w PROVIDE 2'-0" Wo o MIN. OF CURB N �O Oa C V C1G J W SIDEWALK QS �f2j 0� a V W APP. BEACH WHERE A FLARED I SIDE OCCURS If PROVIDE 2'-0" MIN. OF CURB CROSSWALK IF PROVIDED DETATL B TYPICAL ONE -RAMP CORNER INSTALLATION CURB ACCESS RAMP USE WITH STANDARD 181 SHEET 3 W 3 0 z ao �6 z Y Z m , OQ n Z U W p 0W ~ S Ur -Q Z lL J W 2 W 0 LL N Fa- Ln r O 0 U w z • Y O w = O � .y t 3J U 1�J4J M w LL Z • o o r w w � Fw � Q � m � < ZLU W pMj > (oJ co ZO UOR 8' Q w OJ < U J a F-- vwi Q x E in ¢ w zN ¢ wz m OK LU } g � a° W U Q 2 , Z rn m Q K F ti cewZ Q w Z C7 a l`^. of - "� in 0 � m t09 F O � O O LL JQ rn 0 p 0 Z LU 0 ce W Q F Q LU OU Q Q vQi Z a O FO 0 U ce w 2 0 w F U 0 d o m E`-. W Qa III0 O w z Q O 2:v7 .-1 Ln l7 m p Kum m m m JO Q W O ,J O Z OF m J U W m 0 0 00 O W Q G Z 0 0 O O a O m Ln ~ = LU Z J H O J J (7 W Z 00 ? LU m Laid v}}ai w vai na. 16" Z m J U U m U Q S VI 20" RECD DIY App, C REVISED CIiV ENGINfE RCE 61527 pIR OF PUBLI WORKS PATE ADOPTED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS INTERNALLY ILLUMINATED BTANDMOUML NO STREET NAME SIGN 916-A USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 LIMIT LINE OR CROSSWALK PER PLAN / LEGEND: 1-0X DETECTOR INPUT FOR THROUGH 0 PHASES m1 -0Y DETECTOR INPUT FOR LEFT TURN ZD } PHASES r I- la OXB BICYCLE LOOP DETECTOR INPUT 0 0 0, IO CALTRANS TYPE E LOOP DETECTOR 3-0X LEFT TURN MODIFIED CALTRANS TYPE E LOOP O I LANE DETECTOR (LEAD LOOPS) THROUGHjJ� CALTRANS TYPE D LOOP DETECTOR LANES @ (3'x6') BIKE LANE 0 1-0Y �I EDGE OF GUTTER CURB FACE 00IT" 1-0X 12-0X NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON I DETECTOR LEAD-IN CABLE (DLC). 4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL. 5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B. 6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B. 7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT. RECD qPP,� CT'EN INFER DALE DIRO PUBLIC MD DALE ADDPIED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DETAR W. LOOP DETECTORS 923 -L-A USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 all 0 Z W 0 Lu ti TWISTE[ (ATI WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) RECD _ APP. Start Finish CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS I STANDARD DETAIL ND. LOOP DETECTORS 923 -L -B RECD 2' MIN. TRAFFIC SIGN � � VARIES 1 + J 2" x 2" O.D. 14 GA. UNISTRUT POST * F MIN WHEN INSTALLED T MIN* ON OR ADJACENT TO 4"-6" ABOVE BICYCLE SIDEWALKS, - FINISH SURFACE PATHS OR WALKWAYS. FINISH SURFACE 8" MIN. 2-1/4" x 2-1/4" O.D. 12 GA._-,-' 18" IN CONCRETE UNISTRUT BASE 30" IN DIRT TYPICAL SIGN INSTALLATION NOTES 1. SIGN SHALL BE STANDARD SIZE PER THE CALIFORNIA MUTCD UNLESS OTHERWISE SHOWN. RETROREFLECTIVE SHEETING SHALL BE TYPE 4 OR GREATER. SIGN SHALL BE MADE OF ALUMINUM (0.08 INCH THICKNESS). 2. NEW SIGN POSTS SHALL BE 14 GAUGE, 2 INCH SQUARE (O.D.) UNISTRUT INSTALLED INTO A 12 GAUGE 2 -1/4 -INCH UNISTRUT (O.D.) 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. 3. SIGN MOUNTING HARDWARE AND BRACKETS SHALL BE 5/16 INCH STAINLESS STEEL. ANTI -SEIZE LUBRICANT SHALL BE APPLIED TO MOUNTING HARDWARE PRIOR TO INSTALLATION. 4. SIGNS SHALL BE INSTALLED AT A CLEAR HEIGHT OF 7 FEET UNLESS OTHERWISE SHOWN ON PLANS. LOCATION OF SIGNS SHOWN ON PLANS IS APPROXIMATE AND SHALL BE APPROVED BY THE CITY PRIOR TO INSTALLATION. SIGNS INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS, OR WALKWAYS SHOULD BE INSTALLED AT A CLEAR HEIGHT OF 8 FEET. APP. I CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS I TYPICAL TRAFFIC SIGN INSTALLATION I 924-L SHEET 1 .P 6�1 ISP I I— a J ca � O 0 3L -� oowlF� ii � 1 / I B 41u �ii't ie� Rryli goal' � li �4 la IYIII r ipP UN �al 1 Iib ' x� J ca � O 0 3L -� oowlF� ii � 1 / I ---�� 41u �ii't 101 goal' � li �4 la IYIII F — J,ITA ipP UN �al 1 Iib ' x� f� ---�� 41u �ii't 101 IT F — J,ITA ipP UN Iib 1�§I €EI .P RT Wy/ r ❑mb a= �wm0 =Zai xrz rc� N 00 q > 3 OMo ou owm ow a' w Y �y z- So i`s�7� o"zrc °Zoa`W-'�mwm'� u�wa gu � uuo'�o G$�oG,�Gtnn <RwaLLa��gw��sH.H.