HomeMy WebLinkAboutC-7576-1 - Traffic Signal Rehabilitation Program FY 2018-2019March 22, 2021
Elecnor Belco Electric, Inc.
Attn: John Wong
14320 Albers Way
Chino, CA 91710
CIT"* OF NFEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039rnx
Subject: Traffic Signal Rehabilitation Program FY2018-2019 — C-7576-1
Dear Mr. Wong:
newportbeachca.gov
On March 10, 2020, 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
March 11, 2020 Reference No. 2020000108291. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 9314605. Enclosed is the
Faithful Performance Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 9314605
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ _,2,798.00 , being at the
rate of $ 3.87/ Sliding thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consisting of, but is not limited to:
traffic signal rehabilitation and modification at three (3) intersections, LED flashing
pedestrian sign system installation at two (2) intersections, installation, splicing and
testing of Fiber Optic communication cable in existing conduit, including specialized
equipment and accessories, installation of CCTV equipment, installation/modification of
concrete curb access ramps and sidewalk panels, installation/modification of signage,
striping, and curb markings, and other items shown on, but not limited to plan T -6043-S
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS. Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
Fidelity and Deposit Company of Maryland duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eight
Hundred Twenty Six Thousand Forty Dollars and 00/100 ($826,040.00) lawful money
of the United States of America, said sum being equal to 100% of the estimated amount
of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
Elecnor Belco Electric, Inc. Page 13-1
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,
and Surety above named, on the
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
this instrument has been duly executed by the Principal
25th day of March —120 19
Ahori ed C-,aglgnatur Title
11ri�,zn�v ,rta�1 ct ;dz„t�L't'v'
Fidelity and Deposit Company of Maryland .S - �` '
Name of Surety Aut orized Agent Signature \
1299 Zurich Way, 5th Floor, Schaumburg, IL_ 6.0196-1056 Joshua Sanford Attorney in Fact
Address of Surety Print Name and Title
847-605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 4111 yoi q
By ( . 1f lNLdi G[.r s
FV%Aaron C. Harp naw y H 19
City Attorney
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, Inc. Page B-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 C iforni�e
Count o ss.
20 tCl before me, �Z
Notary Public, personally appeared��
who proved to me on the basis of satisfactory evidence to be the persor4&} whose name r,4 is/afe
subscribed to the within instrument and acknowledged to me that he/sFhp/thalc executed the same
in his/hafAftV authorized capacity 4 and that by his/b xA4eimignature�( n the instrument
the persop(9J, or the entity upon behalf of which the persoW 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 and and o ' ial seal.
g nature
-i
OLIVIA CHEAA
Commission No. 2107474 A
NOTARY PUBLIC -CALIFORNIA 2
+y. SAN BERNARDINO COUNTY I
- My Comm. Expires APRIL 18. 2019
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 9900ITIMx
(seal)
County of Hartford ) SS.
On March 25th 20 19 before me, Danielle D. Johnson
Notary Public, personally appeared Joshua Sanford
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. DANIELLE D. JOHNSON
NOTARY PUBLIC - CT 175556
My COMMISSION EXPIRES JAN. 31, 2023
Signature (seal)
Elecnor Belco Electric, Inc. Page B-3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE: COMPANY, a corporation of the Stale of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the E'IDF,LI1 Y
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
BY,
Assistant Secretary
Joshua Lecker
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eua4�, ^y Clf°J4r a'�I%11N8�q'r��4
Iwo
Vice President
Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.U. 2018, before the subscriber, a Notary Public of the Stale of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and olticers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said
Corporations.
IN TESTIMONY WI IEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
a
Disclosure Statement ZURICH
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www,zurichnaprodLicercompensation.com
or call the following toll-free number (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U -GU -874 A CW (OM 1)
Page 1 of i
May 18, 2020
Elecnor Belco Electric, Inc.
Attn: John Wong
14320 Albers Way
Chino, CA 91710
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 rax
newportbeachca.gov
Subject: Traffic Signal Rehabilitation Program FY2018-2019 - C-7576-1
Dear Mr. Wong:
On March 10, 2020 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
March 11, 2020, Reference No. 2020000108291. The Surety for the bond is Fidelity and
Deposit Company of Maryland and the bond number is 9314605. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
C�3�U3W
CITY OF NEWPORT BEACH
BOND NO. 9314605
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of, but is not limited to:
the work necessary for the completion of this contract consisting of, but is not limited to:
traffic signal rehabilitation and modification at three (3) intersections, LED flashing
pedestrian sign system installation at two (2) intersections, installation, splicing and
testing of Fiber Optic communication cable in existing conduit, including specialized
equipment and accessories, installation of CCN equipment, installation/modification of
concrete curb access ramps and sidewalk panels, installation/modification of signage,
striping, and curb markings, and other items shown on, but not limited to plan T -6043-S
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Fidelity and Deposit Company of Maryland duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Eight
Hundred Twenty Six Thousand Forty Dollars and 00/100 ($826,040.00) 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 underthe 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
Elecnor Belco Electric, Inc. Page A-1
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.
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 March 20 19 .
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056
Address of Surety
847-605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTORN Y'S OFFICE
Date: `{ 70 -._.,---
By:
p„r-. Aaron C. Harp #0+41
City Attorney
AUthorized�Signatur Itle
L;I—tr,h C%�Aevl r'65;de41
Agent
Joshua Sanford Attorney in Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, 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.
Statejo i miCouns .
On _, C� 20 before me, OWA A
Notary Public, personally appeared Py4'net�j (A
who proved tome on the basis of satisfactory evidence to be the persoq(s -whose name(.} islar®
subscribed to the within instrument and acknowledged to me that he/she{they executed the same
in his/he4#b6r authorized capacity(ies), and that by his/ba4their signatureAH on the instrument
the person(�br the entity upon behalf of which the persoa(s)-ected, 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 an nd 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.
State of &Whomlxi�& Connecticut
County of Hartford _ I ss.
On March 25th 20 19 before me, Danielle D. Johnson
Notary Public, personally appeared Joshua Sanford
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
DANIELLE D. JOHNSON
NOTARY PUBLIC - CT 175.556
MY COMMISSION E%PIHES JAN. 31, 2023
(seal)
Elecnor Belco Electric, Inc. Page A-3
OLIVIA CHEA�
Commission No.2107474 z
�e 1
NOTARY PUBLIC -CALIFORNIA
SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18, 2019
(seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of &Whomlxi�& Connecticut
County of Hartford _ I ss.
On March 25th 20 19 before me, Danielle D. Johnson
Notary Public, personally appeared Joshua Sanford
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
DANIELLE D. JOHNSON
NOTARY PUBLIC - CT 175.556
MY COMMISSION E%PIHES JAN. 31, 2023
(seal)
Elecnor Belco Electric, Inc. Page A-3
Batch 6044593 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 3 of 3
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
VIIIVVIVIIIIIIIVVIVIIIIII NO FEE
+ 8 8 0 0 1 1 5 5 0 9 6 7$+
202000010829110:53 am 03/11/20
90 SCS N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc., Chino,
California, as Contractor, entered into a Contract on March 12, 2019. Said Contract set
forth certain improvements, as follows:
Traffic Signal Rehabilitation Program FY2018-2019 - C-7576-1
Work on said Contract was completed, and was found to be acceptable on
March 10. 2020, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
B
ublic orks ire 916r
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on M/ %FI2(% at Newport Beach, California.
BY Aim. Avo,�
City Clerk
https://gs.secure-i-ecordiiig.com/Batch/Confirmation/6044593 03/11/2020
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc., Chino,
California, as Contractor, entered into a Contract on March 12, 2019. Said Contract set
forth certain improvements, as follows:
Traffic Signal Rehabilitation Program FY2018-2019 - C-7576-1
Work on said Contract was completed, and was found to be acceptable on
March 10, 2020, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
B
ublic orks ireg or
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �Il(/N �� , �fI20 at Newport Beach, California.
BY A&
City Clerk
CITY OF NEWPORT BEACH CITAY
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 13L—" day of February, 2019,
at which time such bids shall be opened and read for
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
$855,000.00
Engineer's Estimate
Approved by
Nfkh�el J. Sinacori
Acting City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078
Hard copy plans are available via (Select One)
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://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps-
vendor-registration
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
TABLE OF CONTENTS
NOTICE INVITING 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
2
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
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 ACKNOWLEDGEMENT (Subcontractor information
to be submitted 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 ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
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, 2nd 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 et 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
El
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
738518 A,B,C-10
Contractor's License No. & Classification
1000004804 6/30/19
DIR Registration Number & Expiration Date Date
Elecnor Belco Electric, Inc.
Bidder
I✓
John Wong/Vice President
inature/Title
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
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 ofAn,ount Bid
Dollars ($ 10% ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC
SIGNAL REHABILITATION PROGRAM FY 2018-2019, Contract No. 7576-1 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 4th day of February , 2019.
Eleenor Belco Electric_ Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich WaN. nth Floor.
Schaumbure. 11, 60196-1056
Address of Surety
(847)60-6000
Telephone
X- mce
AAuthored ignature/Title
ut'horized e #ate
Joshua Sanford. Attorney in Pact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
X
Ethery public or other officer completing
rtificate verifies only the identity of
ividual who signed the document to
this certificate is attached, and not
thfulness, accuracy, or validityofocument. ACKNOWLEDGMENT
. ■ ...... ■ ■ ■ ■ ■ ■ ■ ..... ■ ■ ■ . ■ ■ ■ ■ ....... ■ ■ ■ ■ ■ . ■ ■ ...... ■ ■ ■ ■ ■ ■ ■ ...................... .
State of Californi
County of Mn ss.
On r<VAJAL V,4 U -0
personally appeared
re�rrJ,e„ NM CMA Notary Public,
who
proved to me on the basis of satisfactory evidence to be the persona st whose names) isf-r
subscribed to the within instrument and acknowledged to me that he/s4e4he}6executed the same
in his/baf{tfieir authorized capacity4ie& j, and that by his/her-/ k-� signatures�ston the instrument
the person;Faj', or the entity upon behalf of which the persolDks) 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.
WIT and offic+al s OLIVIA CHEA
"'s`.<'" -` Commission No. 2107474
z
(� ai A
NOTARY PUBLIC -CALIFORNIA
r:.,. SAN BERNARDINO COUNTY
Signature My Comm. Expires APRIL 18, 2019
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
Connecticut
State of Cmfif minx
County of Hartford Ss.
On February 4. 2019 before me, Bethany Stevenson , Notary Public,
personally appeared Joshua Sanford
,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 �j hofficial seal. BETHANYSTEVENSON
/J^ad NOTARYPUBLIC-CT1775@I
/ MY COMMISSION EXPIRES SEPT. 30, 2023
Signaturd I13eth f ny[SteN/enson. Notary Public
(seal)
. ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ .
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
51
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
Assistant Secretary
Joshua Lecker
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
�.i41_lo� �O D.r .Pps%%4031NS....
SEAL _•_�
«�.. x � �n' :,! zu;• rose `1�°3
AID
Vice President
Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Illl'll\I\\ 0,
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach.
Elecnor Belco Electric, Inc.
Bidder
9
, John Wong/Vice President
Signature/Title
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Elecnor Belco Electric, 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
Project Name/Number Traffic Signal on Mojave Dr. at East Trail Pro. No. BM 18-014
Project Description Traffic Signal and Fiber Optics
Approximate Construction Dates: From October 2017 To: January 2018
Agency Name City of Victorville
Contact Person Greg Heldreth Telephone (76q 243-6360
Original Contract Amount $445,220 Final Contract Amount $ 445,220
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.
M
10
Project Name/Number Traffic Signal Installation - Artesia Blvd. at East Industry Circle
Project Description Traffic Signal Installation
Approximate Construction Dates: From May 2017 To: September 2017
Agency Name City of La Mirada
Contact Person Eric Villagracia Telephone �62) 902-2385
Original Contract Amount $ 287,515 Final Contract Amount $ 299,490
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work initiated by the agency
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.
Is
No. 3
Project Name/Number Foothill Blvd. from Rosemead Blvd to Shamrock Ave.
Project Description Traffic Signal Modification
Approximate Construction Dates: From December 2016 To: December 2017
Agency Name County of Los Angeles Public Works
Contact Person Omid Emam Telephone 026) 607-7444
Original Contract Amount $1,123,181 Final Contract Amount $ 1,268,429.17
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work initiated by the agency
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
11
No. 4
Project Name/Number
Project Description
Ocean View Blvd. Rehabilitation Project
Traffic Signal, Fiber Optics, and Interconnect
Approximate Construction Dates: From 2017 To: March 2018
Agency Name
City of Glendale
Contact Person Sarkis nganPsynn Telephone (818) 54g-3945
Original Contract Amount $ 600,000 Final Contract Amount $ 600,000
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.
No
No. 5
Project Name/Number Westside Unit 2 Series Multiple High Voltage Conversion
Project Description Streetlights
Approximate Construction Dates: From
Agency Name City of Los Angeles
October 2017 To: 2018
Contact Person Robert Tom Telephone (21 3 847-1811
Original Contract Amount $2, 279,074Final Contract Amount $ 2,279,074
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.
No
12
No. 6
Project Name/Number Streelight Modernization Program
Project Description
Streetlights
Approximate Construction Dates: From April 2018 To: In Progress
Agency Name
City of Santa Monica
Contact Person BnhPrt 7ak Telephone (310) 458-2283
Original Contract Amount $1,493,142Final Contract Amount $ In Progress
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.
No
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Elecnor Belco Electric, Inc.
Bidder
13
John WongNice President
ture/Title
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of San Bernardino)
John Wong being first duly sworn, deposes and says that he or she is
Vice President of Elecnor Belco Electric, 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 We of Cal#&nia that the foregoing is true and correct.
Elecnor Belco Electric, Inc. John Won /Vice President
Bidder r ed Signature/Title
Subscribed and sworn to (or affirmed) b fore on thi 6th day of February , 2019
by TUv � , proved to me on the basis of
satisfactory evidence to 6e the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the lawsof t tate f California that the foregoing
paragraph is true and correct.
OLIVIA CHEA o ublic
SE ICommission No. 2107474 z
1: NOTARY PUBLIC -CALIFORNIA
.�rir,:
z ``^SYgNr. SAN BERNARDINO COUNTY
My Comm_ Expires APRIL 18, 2019
A notary public or other officer completing
this certificate verifies only the identity of
the individual who signed the document to
which this certificate is attached, and not
the truthfulness, accuracy, or validity of
that document. 14
My Commission Expires: F ►, �� (loo
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
DESIGNATION OF SURETIES
Bidder's name Elecnor Belco Electric, 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):
Fidelity and Deposit Company of Maryland
1299 Zurich Way, 5th Floor
Schaumburg, IL 90196
Erin kiernan of Willis Tower Watson
150 John F. Kennedy Parkway, Suite 520
Short Hills, NJ 07078
15
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Elecnor Belco Electric, 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.
`V
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2018
2017
2016
2015
2014
Total
2019
No. of contracts
10
125
48
35
45
50
313
Total dollar
Amount of
Contracts (in
$3M
$62M
$42M
$35M
$45M
$40M
$244M
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
workday cases
involving
permanent
0
0
0
0
0
0
0
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.
`V
Legal Business Name of Bidder Elecnor Belco Electric, Inc.
Business Address: 14320 Albers Way, Chino, CA 91710
Business Tel. No.: 909-993-5470
State Contractor's License No. and
Classification: 738518 A,B,C-10
Title Corporation
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
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of San Bernardino
Ong 201-1 before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared John Wong
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s-) Is re subscribed to the within instrument and acknowledged to me that
Qi�he/they executed the same in Is er/their authorized capacity(i-e-s), and that by
_1§1 er/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(--) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WIT nd an official seal. OLIVIA CHEA
' Commission No. 2107474 z
( " NOTARY PUBLIC -CALIFORNIA
SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18. 2019
Not lic Si ature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
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)
111 Corporate Officer
Vice President
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
if needed, should be completed and attached to the document Acknoltvedgents from
other states tray be completed far documents being sent to that state so long as the
hording does not require the California notary to violate California notrny lmv.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
tae/she/tlwe - is /are ) or circling the correct fonns. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
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).
• Securely attach this document to the signed document with a staple.
UNANIMOUS WRITTEN CONSENT IN LIEU OF
2016 ANNUAL MEETING OF THE BOARD OF DIRECTORS
OF
ELECNOR BELCO ELECTRIC, INC.
March 1, 2016
The undersigned, being all of the members of the Board of Directors (the "Board") of Elecnor
Belco Electric, Inc., a California corporation (the "Company"), in lieu of holding a meeting of the Board,
hereby take the following actions and adopt the following resolutions by unanimous written consent:
WHEREAS, the Board has determined that it is in the Company's best interests to appoint a
revised slate of Officers of the Company.
NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are,
elected to the offices set forth opposite their respective names, to hold such offices until their respective
successors are elected and qualified at or before the next annual meeting of the Board, or until their earlier
respective deaths, resignations or removals;
President and Chief Executive Officer
Chief Financial Officer
Executive Vice President
John Wong
Secretary
Roger Devito
Juan Bravo
Jeroni Gervilla
Alberto Garcia
Vice President for Construction
Pedro Emile
Assistant Secretary
FURTHER RESOLVED, that Juan Bravo, Jeroni Gervilla and Alberto Garcia in their respective
capacities of President and CEO, Cltief Financial Officer and Executive Vice President subject to such
supervisory powers of the Board of Directors, hereby are authorized and directed to perform all the duties
commonly incident to that office; shall have authority to execute in the name of the Corporation contracts,
teases and other written instruments to be executed by the Corporation; and, shall perform such other
duties as the Board of Directors may from time to time determine.
AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the
Company on behalf of and in the name of the Company, relating to the conduct of the business of the
Company, the expenditure of money, the making of contracts and all other acts taken or omitted in the
performance of their duties to the Company be, and the same hereby are, in all respects, approved, ratified
and affirmed, as of the date taken, done or omitted, respectively.
The actions taken by the Board Consent shall have the same force and effect as if taken by the
undersigned at a meeting of the Board of Directors, duly called and constituted pursuant to the Bylaws of
the Corporation and the laws of the State of California. This Board Consent may be executed in
counterparts, each of which shall be deemed an original, but all of which together shall constitute one and
the same document,
(SIGNATURE PAGE FOLLOWSI
IN WITNESS WHEREOF, the undersigned, being all of the members of the Board of Directors
of Elecnor Belco Electric, Inc., have executed these actions by written consent as of the date first written
above.
Argimiro
Ignacio Pr 40, I)i ectoj-
Jose Miguel Franco, Director
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Elecnor Belco Electric, Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
W
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
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: Elecnor Belco Electric, Inc.
Business Address: 14320 Albers Way, Chino, CA 91710
Telephone and Fax Number: 909-993-5470
909-993-5476
California State Contractor's License No. and Class: 738518 A,B,C-10
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 4/15/97 Expiration Date: 7/31/19
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:
Ralph Antuna, Superintendent
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
John Wona Vice President
Address
Telephone
14320 Albers Way, Chino, CA, 91710 909-993-5470
Alberto Garcia Exec. Vice President 14320 Albers Way, Chino, CA 91710 909-993-5470
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:
N/A
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.
No
Have you ever failed to complete a project? If so, explain.
No
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor co liance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes No
20
Are any claims or actions unresolved or outstanding? Yes 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. n /
Elecnor Belco Electric, Inc.
Bidder
John Wo
(Print am� Of { Vice President
any)of Cor oraionC m
Aut owed gnature/Title
e Pr id nt
Title
2/6/19
Date
dent
On V-OOMA v4 W 1W before me, � \A U v iYom", Notary Public, personally agDeared
V , who proved to me on the basis of
satisfactory evidenc o be the persorysj-whose name(s) isfare-subscribed to the within instrument and
acknowledged to me that he/s4eff fey executed the same in hisA;efAheir authorized capacityoeej, and that
by his/Aerttf8ir signaturoKon the instrument the person,(.%- r the entity upon behalf of which the person�<
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNE m and nd official seal...
»�... OLIVIA CHEA
- Commission No. 2107474 z
(SEAL) ??= e _• _ .:
NotaryPublic in and for said State
z `;}�„ ;? NOTARY PUBLICCALIFORNIA
dt� F, SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18, 2019
My Commission Expires: �I I (� % �q
`
M .M.^������� �"""""'"""•...
ublic or other officer completing
ate verifies only the identity of
ual who signed the document to
Eindividlual
certificate is attached, and notlness,
accuracy, or validity of
ent.
21
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
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
Gi i i N1A'ley ..
TRAFFIC SIGNAL REHABILITATION PROGRAM FY2018-2019
CONTRACT NO. 7576-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 12th day
of March, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and ELECNOR BELCO
ELECTRIC, INC., a California corporation ("Contractor"), whose address is 14320 Albers
Way, Chino, California 91710, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: traffic signal
rehabilitation and modification at three (3) intersections, LED flashing pedestrian
sign system installation at two (2) intersections, installation, splicing and testing of
Fiber Optic communication cable in existing conduit, including specialized
equipment and accessories, installation of CCTV equipment,
installation/modification of concrete curb, access ramps and sidewalk panels,
installation/modification of signage, striping, and curb markings, and other items
shown on, but not limited to, plan T -6043-S (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. 7576-1, 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 Eight Hundred Twenty Six Thousand Forty Dollars and
00/100 ($826,040.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated John Wong to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
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
Elecnor Belco Electric, Inc. Page 2
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: John Wong
Elecnor Belco Electric, Inc.
14320 Albers Way
Chino, CA 91710
Elecnor Belco Electric, Inc. Page 3
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.
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.
Elecnor Belco Electric, Inc. Page 4
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
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
Elecnor Belco Electric, Inc. Page 5
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.
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
Elecnor Belco Electric, Inc. Page 6
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") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
Elecnor Belco Electric, Inc. Page 7
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
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
Elecnor Belco Electric, Inc. Page 8
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Elecnor Belco Electric, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 3jq1Z_0jq
By: 6A�&
f,Dj: Aaron C. Harp MW 2.(%.(1
City Attorney
ATTEST: � lQ
Date:
By:
Leila*Brownl
City Clerk
CITY OF NEWPORT BEACH,
a California municipaloration
Tp
Date: 4
1.1 _
By:�'��1�-2
Diane B. Dixon
Mayor
CONTRACTOR: Elecnor Belco Electric,
Inc., a California corporation
Date:
Signed in Counterpart
By:
John Wong
Vice President
Date:
Signed in Counterpart
By:
Roger Devito
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Elecnor Belco Electric, Inc. Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
DaterIg I I-ZOfq
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By: (.Cwk tdc lis" By:
:Va.'Aaron C. Harp #VM 3'`g ``t Diane B. Dixon
City Attorney Mayor
ATTEST:
Date:
A
Leilani I. Brown
City Clerk
CONTRACTOR: Elecnor Belco Electric,
Inc., a California corporation
Date:
By:
)4XNXftXg Alberto Garcia
X President/CEO
Date: it �
By:
91
roil X �roni Gervilla
LXX)KM* FO
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Elecnor Belco Electric, Inc. Page 10
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
On 1 Vwl0?,7, 2011 before me, li -e(A) Ic
r �� _ (Here insert name and title of tT - officer)
AWKADpersonally appeared 6C1i'G11%
who proved to me on the basis of satisfactory evidence to be the persorg-s- \hose
named ismsubscribed to the within instrument and acknowledged to me that
he/s P4+4ey executed the same in his/ ww4he authorized capacity.4�, and that by
his/lio4t*eir signature(ston the instrument the persory<, or the entity upon behalf of
which the persops-) 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.
x OLIVIA CHEA
WITN hand a d official seal. Commission No. 2107474
Z
NOTARY PUBLIC -CALIFORNIA
SAN BERNARDINO COUNTY
- My Comm. Expires APRIL 18, 2019
N ub Ic SignatLire (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
Qoft04 rw . 1 qb-1
(Ti tl�or description ofAN ?cum"h
(Title or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
0
i
Individual (s)
W & V
ff'c
(Title)
Partner(s)
Attorney -in -Fact
Trustee(s)
Other
INSTRUCTIONS FOR COMPLE=TING THIS FORM
Tlti.c lysin colnikec it itlr ctwrent Colilornict snrnrles mgurdin,Q notary nnr-din and.
il'necdcd, should be completed and atto hed to the clocumeni..lcknouded,�mrntc
from o1lter.W1tes nr(1_r be comry)lereJJnr documc w.c heing, cent to thnt state sn hm�,
as the rn ording does not reyuht- thc- Calilbrniu notary to timate Calilurnia notcu-r
/u l r.
• State and County inturnlation must be file State and County s(hOrC file doCllmrnl
signers) personally appeared hcforc the notary public lilt acknrnelcdgmcnt.
• Date of notarization must he the date that the signcr(s) personally appeared sshich
must also he the same (tate the acknascl0dgmcnt is Completed.
• Thr notary public Must print his of her name as it appears ssithin his or her
Commission Iolloswr(I he a conmia and 0101 your title (neral-) puhlic).
• Print the namc(s) of document signers) ss'ho personally appear at the tittle of
notarization.
• Indicate file CorrcCI singular or plural forms by Crossin�12 off incorrect Corms (i.e.
lie she/tbx�- is are ) or Circling the correct Ibrms. Failure to corrCCllr indicate this
intimnation may lead to rejection ofdocumcnt recording.
• The nofarc seal impression 1111,V4he clear and photogiaphicalk reproducible.
Impression must not corer tc\t or lines. II -:cal impression smudges, rc-seal if a
sufficiutt arca permits, Othencise complete a different ackno(sledgmcnt limn.
• Si -nature of the nol'an public must march the si��nalurC on lilt ssith the office of
the countv clerk.
Additional information is not required but could help to ensure this
acknoss°Ie(lgment is not misused or attached to a dillcrent document.
Indicate title or type of attached document. number ul' pages and dale.
Indicate the capacity claimed be the signer. If the Claimcd capacity is a
corporate ollicer, indicate file title (i.e. CH). CFO. Secretary).
• Securely attach this document to the signed (IOCnlne'lll \s'ith a staple.
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 cwn 0—emAmb
On MA vy1 2 ?0 before me,
(Here inseft name and title of the fficer)
personally appeared 6ffAAt�
who proved to me on the basis of satisfactory evidence to be the persor4as�Nhose
name;(ss isCere-subscribed to the within instrument and acknowledged to me that
he/fey executed the same in his4bai4tl::Ieir authorized capacit*ies), and that by
his/her/ttTeir signatur&(T) on the instrument the persope, or the entity upon behalf of
which the person(&& acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS d and official seal. ". > OLIVIA CHEA
4 �\'` Commission No. 2107474
t- ,..,.
x {� NOTARY PUBLIC -CALIFORNIA
Z
�, 't� i SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18, 2019
Notary c Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
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)
Cor e Officer
Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
7hi.�_/iu-m complies ,rifh arrive! Colilnrnid crultt�ec re,:urdin"I notary trore/in , 411x/.
it needed. should be conrplcic•c( and oftochM to the clocmncnt .Ickno,rlcd�mc4tis
from other.States mmhe comlVetec!/ur cloctnmenis being -'sent to that wale so lon,,
as the uvmzlin," does not rcytlire the Calilornia notary to 1 iolatc ('alilim'nio nolal'i
/an.
• Slate and County information nnist hC file State and C'ounuWhere the document
signer(s) personally appeared hefitre the notal public for acknooylcdgment.
• Datc of notarization exist he the dote that the signers) personally appeared �1hich
nxut also he lhC same date the acknoot°ledgmCnt is comple(ed.
• The notalV puhlic exist ))lint his or hu namC as it appears tyithin his or her
commission follovyCd by a comma and then )our title (notary publw)-
• Print the names) of document signer(s) tsho personally appear at the lime of
notarization.
• Indicate file corrccl >inetllal or plural torus by Crossing olTincorr O tones (i.e.
k, she is 'al -C ) or circling the correct fbt'ms. Failure to cormctl) indicalc this
information mac lead to rejection ofdocument recording.
• The notary seal impression mast be clear and photogrtphicall) reproducible.
Impression must not co\Cr text or lines. If ;Cal impression snwdges. re -seal it
sullicient arca permits, othenyise complete a dif facet acknrnrledgmcnt liorm.
• Siunauure of file notary public must match the signature on file kith file office of
the countv clerk.
;additional 111601-mation is not raluired holt Could help to utsurC this
acknox\ ledgntent is not misused or attached to a difte cnt document.
Indicate title or type orattached document, number ofpagCs and date.
Indicate the capacity claimed be the signer- If the elaimed capacil_ is a
corporate officer. indicate the title (i.e, CH), CFO, secretal.
• SCcurely attach this document to the signed document Nyith a staple.
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 9314605
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of, but is not limited to:
the work necessary for the completion of this contract consisting of, but is not limited to:
traffic signal rehabilitation and modification at three (3) intersections, LED flashing
pedestrian sign system installation at two (2) intersections, installation, splicing and
testing of Fiber Optic communication cable in existing conduit, including specialized
equipment and accessories, installation of CCTV equipment, installation/modification of
concrete curb access ramps and sidewalk panels, installation/modification of signage,
striping, and curb markings, and other items shown on, but not limited to plan T -6043-S
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Fidelity and Deposit Company of Maryland duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Eight
Hundred Twenty Six Thousand Forty Dollars and 00/100 ($826,040.00) 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 1S 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
Elecnor Belco Electric, Inc. Page A-1
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.
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 March -'20 19 .
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056
Address of Surety
847-605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTORN Y'S OFFICE
Date: `{ 20A
By:
141-
F.(-. Aaron C. Harp �6W{y•I�
City Attorney
A��
u�e
thorized Signatur rritle reb-de,4- t -b
Auth rized Agent Signature
Joshua Sanford Attorney in Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, 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 C i rni
Count of s . - C
On W, 7,3 , 20 before me, ot�via h�
Notary Public, personally appeared $V1_+D �►/[
who proved to me on the basis of satisfactory evidence to be the person�Nhose name -(4 is/. -g&
subscribed to the within instrument and acknowledged to me that he/sem, y executed the same
in his/laeir authorized capacity(ipas), and that by his/haA44-reir signatureAka) on the instrument
the personks�,or the entity upon behalf of which the person -acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS an nd official seal.
Signature
OLIVIA CHEA
_,
` Commission No.2107474
NOTARY PUBLIC -CALIFORNIA
SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18, 2019
(seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of Connecticut
County of Hartford ISS.
On March 25th 20 19 before me, Danielle D. Johnson
Notary Public, personally appeared Joshua Sanford
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 an o icia eal. DANIELLE D. JOHNSON
NOT4RYPUBLIC - CT 175556
MY COMMISSION EXPIRES JAN. 31, 22023
Signature (seal)
Elecnor Belco Electric, Inc. Page A-3
CITY OF NEWPORT BEACH
BOND NO. 9314605
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2,798.00 being at the
rate of $ 3.87/ Sliding thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consisting of, but is not limited to:
traffic signal rehabilitation and modification at three (3) intersections, LED flashing
pedestrian sign system installation at two (2) intersections, installation, splicing and
testing of Fiber Optic communication cable in existing conduit, including specialized
equipment and accessories, installation of CCTV equipment, installation/modification of
concrete curb access ramps and sidewalk panels, installation/modification of signage,
striping, and curb markings, and other items shown on, but not limited to plan T -6043-S
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
Fidelity and Deposit Company of Maryland duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eight
Hundred Twenty Six Thousand Forty Dollars and 00/100 ($826,040.00) lawful money
of the United States of America, said sum being equal to 100% of the estimated amount
of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
Elecnor Belco Electric, Inc. Page B-1
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,
and Surety above named, on the
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
this instrument has been duly executed by the Principal
25th day of March 20 19
A��horigd&natur itle
,arc-iAj
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor, Schaumt
Address of Surety
847-605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 241
Aut orized Agent Signature
, IL 60196-1056 Joshua Sanford Attorney in Fact
By: 0�.
rw'•Aaron C. Harp AA y•4•I1
City Attorney
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, Inc. Page B-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 Ca iforni
Count of o ) ss. -
On MaITO -17 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person vhose names isA&vt-_
subscribed to the within instrument and acknowledged to me that he/shplth'-g executed the same
in his/hsqth'97 authorized capacity and that by his/hit" signatures on the instrument
the persopsj, or the entity upon behalf of which the persor*sj acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
oaraoraoh is true and correct.
WITNESS and and o ial seat: .
Signa ure
................ ..
..............»........
OLIIVIA CHEA
Commission No.2107474 z
t " '^
NOTARY PUBLIC -CALIFORNIA
SAN BERNARDINO COUNTY
—
My Comm. Expires APRIL 18, 2019
(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.
SIRZ_iI_ 9 itNO NO in17, 11sE
County of Hartford ) SS.
On March 25th 20 19 before me, Danielle D. Johnson
Notary Public. personally appeared Joshua Sanford
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.
WITty SS my hand and
DANIELLE D. JOHNSON
)VOTARY PUBLIC - CT 175556
ABY COMMISSION EXPIRES JAN. 31, 2023
Signature /I —'� (seal)
Elecnor Belco Electric, Inc. Page B-3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
.............
` SEAL
o7
Assistant Secretary Vice President
Joshua Lecker Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
ntoe...
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
0
Disclosure Statement ZURICH
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www.zurichnaproducercompensation.com
or call the following toll-free number: (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U -GU -874-A CW (06/11)
Page 1 of 1
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
Elecnor Belco Electric, 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
Elecnor Belco Electric, 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
Elecnor Belco Electric, 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.
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
Elecnor Belco Electric, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 3/28/19 Dept./Contact Received From: Raymund
Date Completed: 3/29/19 Sent to: Raymund By: Jan
Company/Person required to have certificate: Elecnor Belco Electric, Inc — Traffic Signal Rehabilitation
Type of contract: Other
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/18 — 11/1/19
A.
INSURANCE COMPANY: Hartford Underwriters Ins Co
B.
AM BEST RATING (A-: VII or greater): A+/ XV
INSURANCE COMPANY: Hartford Casualty Ins Co
C.
ADMITTED Company (Must be California Admitted):
B.
Is Company admitted in California?
® Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
® Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
Is Company admitted in California?
include): Is it included? (completed Operations status does
❑ No
D.
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
UM, $2M min for Waste Haulers): What is limits provided?
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
N/A
included?
® Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
® Yes
❑ No
included): Is it included?
® Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
❑ No
H.
is not limited solely by their negligence) Does endorsement
® N/A
❑ Yes
include "solely by negligence" wording?
❑ Yes ® No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
® N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A ® Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/18 — 11/1/19
A.
INSURANCE COMPANY: Hartford Casualty Ins Co
B.
AM BEST RATING (A- : VII or greater) A+/XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
® 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
® Yes
❑ No
G.
PRIMARY & NON-CONTRIBUTORY WORDING:
❑ N/A
® Yes
❑ No
H.
HIRED AND NON -OWNED AUTO ONLY:
® N/A
❑ Yes
❑ No
I.
NOTICE OF CANCELLATION:
❑ N/A
0 Yes
❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 11/1/18 —11/11/19
A. INSURANCE COMPANY: Hartford Fire 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 $1 M 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?
Hgent of Hniant insurance Services
Broker of record for the City of Newport Beach
3/29/19
Date
® Yes
❑ No
® Yes
❑ No
$1,000,000
® 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:
Approved:
Risk Management Date
* Subject to the terms of the contract.
City of Newport Beach
TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2018-2019
Contract No. 7576-1
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. 7576-1 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:
2/6/19
Date
909-993-5470 909-993-5476
Bidder's Telephone and Fax Numbers
738518 A,B,C-10
Bidder's License No(s).
and Classification(s)
1000004804
DIR Registration No.
Elecnor Belco Electric, Inc.
2
, John WongNice President
thorized Signature and Title
Al*rs Way, Chino, CA 91710
ress
Bidder's email address: jwong@elecnor.com
PR -1
City of Newport Beach
Page 1
TRAFFIC SIGNAL REHABILIATION PROGRAM FY 2018-2019
(C-7576-1), bidding on February
13, 2019 10:00
AM (Pacific) Printed 02/13/2019
Bid Results
Bidder Details
Vendor Name Elecnor Belco Electric, Inc.
Address 14320 Albers Way
Chino, CA 91710
United States
Respondee John Wong
Respondee Title Vice President
Phone 909-993-5470 Ext.
Email jwong@elecnor.com
Vendor Type CADIR
License # 738518
CADIR 1000004804
Bid Detail
Bid Format Electronic
Submitted February 13, 2019 9:53:01 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 166655
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title
File Name
File Type
Bid Proposal
Bid Proposal to Agency.pdf
General Attachment
Bid Bond
Bid Bond to Agency.pdf
Bid Bond
Line Items
Type Item Code UOM
Qty
Unit Price
Line Total Comment
Main Bid
1 Mobilization
LS
1
$28,000.00
$28,000.00
2 Traffic Control
LS
1
$11,000.00
$11,000.00
3 Provide As -Built Drawings
LS
1
$500.00
$500.00
4 Remove and Construct Concrete Curb Access Ramp
EA
6
$8,535.00
$51,210.00
5 Remove and Construct Concrete Sidewalk
SF
540
$12.00
$6,480.00
City of Newport Beach Page 2
TRAFFIC SIGNAL REHABILIATION PROGRAM FY 2018-2019 (C-7576-1), bidding on February 13, 2019 10:00 AM (Pacific) Printed 02i13/2019
Bid Results
Type Item Code UOM Qty
Unit Price
Line Total Comment
6 Remove and Construct 4 -inch Thick Stamped Concrete
SF 110
$35.00
$3,850.00
7 University Drive at La Vida/Baypointe Drive Traffic Signal Modification
LS 1
$224,000.00
$224,000.00
8 University Drive at La Vida/Baypointe Drive Temporary Traffic Signal Operation
LS 1
$9,000.00
$9,000.00
9 Jamboree Road at University Drive/Eastbluff Drive Traffic Signal Modification
LS 1
$269,000.00
$269,000.00
10 Jamboree Road at University Drive/Eastbluff Drive Temporary Traffic Signal Operation
LS 1
$12,000.00
$12,000.00
11 Newport Center Drive at Civic Center Drive/Granville Drive Traffic Signal Modification
LS 1
$159,000.00
$159,000.00
12 Newport Center Drive at Civic Center Drive/Granville Drive Temporary Traffic Signal Operation
LS 1
$9,000.00
$9,000.00
13 Balboa Boulevard at 13th Street and at 14th Street Blinker Sign Pedestrian Crosswalk System Installation
LS 1
$5,000.00
$5,000.00
14 Bay Avenue Traffic Signal Interconnect Installation
LS 1
$38,000.00
$38,000.00
Subtotal
$826,040.00
Total
$826,040.00
Subcontractors
Name & Address Description License Num
CADIR
Amount Type
SMITHSON ELECTRIC INC Loops 614518
1000001610
$22,430.00
1938 E KATELLA AVE
ORANGE, CA 92667
United States
Superior Pavement Markings Signing 776306
1000001476
$2,100.00
5312 Cypress Street
Cypress, CA 90630
United States
SULLY -MILLER Civil 747612
1000003664
$54,790.00 CADIR
135 S STATE COLLEGE BLVD
STE 400
BREA, CA 92821
United States
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
TRAFFIC SIGNAL REHABILITATION PROGRAM 19T01
FY 2018-19
CONTRACT NO. 7576-1
PART 1- GENERAL PROVISIONS
1
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
2-1.1 Contractor's Qualifications
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
3
3
3
3
4
4
4
4
4
4
4
4
4
5
5
5
5
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6
6-1.1 Construction Schedule 6
6-7 TIME OF COMPLETION 7
6-7.1 General 7
6-7.2 Scheduling of Traffic Signal Work 8
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 9
6-9 LIQUIDATED DAMAGES 9
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
10
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
10
7-1.2 Temporary Utility Services
10
7-2 LABOR
10
7-2.2 Prevailing Wages
10
7-7 COOPERATION AND COLLATERAL WORK
10
7-8 WORK SITE MAINTENANCE
10
7-8.4 Storage of Equipment and Materials
10
7-8.4.2 Storage in Public Streets
11
7-8.6 Water Pollution Control
11
7-8.6.2 Best Management Practices (BMPs)
11
7-10 SAFETY
11
7-10.3 Haul Routes
11
7-10.4 Safety
11
7-10.4.1 Work Site Safety
11
7-10.5 Security and Protective Devices
12
7-10.5.3 Steel Plate Covers
12
SECTION 9 - MEASUREMENT AND PAYMENT
12
9-2 LUMP SUM WORK
12
9-3 PAYMENT
12
9-3.1 General
12
9-3.2 Partial and Final Payment.
15
PART 2 - CONSTRUCTION MATERIALS IS
SECTION 200 — ROCK MATERIALS
15
200-2 UNTREATED BASE MATERIALS
15
200-2.1 General
15
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
15
201-1 PORTLAND CEMENT CONCRETE
15
201-1.1 Requirements
16
201-1.1.2 Concrete Specified by Class and Alternate Class
16
201-2 REINFORCEMENT FOR CONCRETE
16
201-2.2 Steel Reinforcement
16
201-2.2.1 Reinforcing Steel
16
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 16
214-4 PAINT FOR STRIPING AND MARKINGS
16
214-4.1 General
16
214-6 PAVEMENT MARKERS
16
214-6.3 Non -Reflective Pavement Markers
16
214-6.3.1 General
16
214-6.4 Retroreflective Pavement Markers
16
214-6.4.1 General
16
PART 3 - CONSTRUCTION METHODS 16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
17
300-1.3 Removal and Disposal of Materials
17
300-1.3.1 General
17
300-1.3.2 Requirements
17
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 17
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
17
303-5.1 Requirements
17
303-5.1.1 General
18
303-5.5 Finishing
18
303-5.5.2 Curb
18
303-5.5.4 Gutter
18
303-7 COLORED CONCRETE
18
303-7.1 General
18
SECTION 310 — PAINTING 18
310-1 GENERAL. 18
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 19
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
19
314-4.1 General
19
314-4.2 Control of Alignment and Layout
19
314-4.2.1 General
19
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
19
314-4.4.1 General
19
314-4.4.2 Surface Preparation
20
314-5 PAVEMENT MARKERS
20
314-5.1 General
20
SECTION 315 - TRAFFIC SIGN INSTALLATION 20
PART 6 — TEMPORARY TRAFFIC CONTROL 20
SECTION 600 - ACCESS
20
600-1 GENERAL
20
600-2 VEHICULAR ACCESS
21
600-3 PEDESTRIAN ACCESS
21
SECTION 601— WORK AREA TRAFFIC CONTROL
21
601-1 GENERAL
21
601-2 TRAFFIC CONTROL PLAN (TCP)
21
PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
23
SECTION 700 — MATERIALS
23
700-3 COMMON COMPONENTS
23
700-3.1 General.
23
700-3.3 Standards.
23
700-3.5 Conduit
23
700-3.7 Pull Boxes
25
700-4 STREET LIGHTING SYSTEM MATERIALS.
26
700-4.9 LED Luminaires
26
700-5 TRAFFIC SIGNAL MATERIALS
27
700-5.3 Conductors and Cable.
27
700-5.3.3 Interconnect Cable.
27
700-5.3.4 Fiber Optic Cable.
28
700-5.4 Controllers.
35
700-5.4.3 Cabinets.
35
700-5.5 Traffic Signal Faces and Fittings.
42
700-5.6 Pedestrian Signal Sections.
42
700-5.9 Pedestrian Push Button Assemblies.
42
700-5.8 Detectors.
700-6 FIBER OPTIC EQUIPMENT
700-6.1 Fiber Patch Panel/Wall Interconnect Unit.
700-6.2 Fiber Distribution Unit (FDU).
700-6.3 Splice Closure.
700-6.4 Ethernet System.
700-7 CCTV SYSTEM
700-8 OPTICOM PRIORITY CONTROL SYSTEM
700-9 BATTERY BACKUP SYSTEM
700-10 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.
SECTION 701— CONSTRUCTION
701-1 GENERAL
701-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS
701-8.2 Foundations.
701-11 PULL BOXES
701-12 CONDUIT
701-14 SERVICES
701-17 TRAFFIC SIGNAL CONSTRUCTION
701-17.4 Wiring, Conductors and Cable.
701-17.4.4 Interconnect.
701-17.4.5 Fiber Optic Cable.
701-17.6 Detectors.
701-17.6.3 Inductive Loop Detectors
43
43
43
44
45
47
48
49
49
50
51
51
54
54
54
55
57
58
58
58
58
68
68
�o,q?oFEss�,�,y�
CITY OF NEWPORT BEACH LK<p �Fy
PUBLIC WORKS DEPARTMENT c7°
w NO. 6023g
rn
Exp. 6/30/20
SPECIAL PROVISIONS
TRAFFIC SIGNAL REHABILITATION PROGRAM 19T01
FY 2018-19
CONTRACT NO. 7576-1
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 -6043-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 (2018 Edition) including supplements; (5) Standard
Specifications and the Standard Plans of the State of California Department of
Transportation (2015 Edition); and (6) Standard Specifications and the Standard Plans of
the State of California, Department of Transportation (2010 Edition — For traffic signal
standards/poles, foundations, anchor bolts, and ancillary items only). 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 68
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.
2-1.1 Contractor's Qualifications
General
This section describes mandatory experience requirements for Contractors and/or
Subcontractor(s) bidding on this project. Contractors and/or Subcontractor(s) not meeting
the requirements of this section will have their bid deemed non-responsive.
Requirements
In addition to having sufficient experience in the electrical work regarding traffic signal
modifications, the Contractors and/or Subcontractor(s) shall have sufficient experience in
the installation and integration of fiber optic cable, closed circuit television (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.
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.
Page 2 of 68
2-6 WORK TO BE DONE
The work necessary for the completion of this contract consists of, but is not limited to:
traffic signal rehabilitation and modification at three intersections, LED flashing pedestrian
sign system installation at two intersections, installation, splicing and testing of Fiber Optic
communication cable in existing conduit, including specialized equipment and
accessories, installation of CCTV equipment, installation/modification of concrete curb
access ramps and sidewalk panels, installation/modification of signage, striping, and curb
markings, and other items shown on, but not limited to plan T -6043-S.
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete the second paragraph and replace with the following: The Contractor shall submit
to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey
monuments, which maybe disturbed. The Contractor will:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling 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 3 of 68
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 4 of 68
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. 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.
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 pothole size
equal to the corresponding foundation diameter and eight (8) foot depth for each signal
location. 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 5 of 68
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")
taking place at night (Night Work). 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 6 of 68
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.
Due to the long lead times required for necessary traffic signal equipment, including, but
not limited to traffic standards/poles, the Contractor shall submit justification for approval
by the Engineer in order to suspend the progression of contract working days. At the end
of the suspension period, the Contractor shall diligently prosecute the Work to completion.
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 11 th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 st (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.
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 on a Saturday, which is 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.
Page 7 of 68
6-7.2 Scheduling of Traffic Signal Work
For all three traffic signal intersection locations, night work shall be included in the bid as
part of the Work in order to minimize disruption to the community and shall adhere to the
following requirements:
A. For each intersection, the Contractor shall plan for four (4) nights of work
including, but not limited to, temporary relocation and subsequent
replacement of signal cabinet and related electrical conductor work, and
signal standard/pole installations.
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 Contractor may request additional nights. All requests must be
approved by the Engineer prior to work.
D. The Contractor shall notify the Engineer two weeks prior to the start of any
requested night work.
For further clarification, the Contractor shall use the following parameters to schedule
traffic signal work:
Daytime Work
Normal Working Hours
7:30 am to 4:30 pm
Monday thru Friday
Lane Closures
9:00 am to 3:00 pm
Monday thru Friday
Traffic Signal Outages*
9:00 am to 3:00 pm
Monday thru Thursday
* Planned daytime outages (dark or red -flash) shall be approved by the Engineer prior to
work.
Night Time Work
Working Hours 9:00 pm to 6:00 am Monday thru Thursday
Please note that turn -on of traffic signals with a new controller cabinet shall only be
scheduled for hours between 9 am and 3 pm and shall not begin the functional test on a
Friday, weekend, or any day preceding a holiday as outlined above. All turn -ons shall
have prior authorization by the Engineer.
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.
Page 8 of 68
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.
Work sequencing for the blinker sign pedestrian crosswalk system at two intersections
(Balboa Boulevard at 13th Street and at 14th Street) shall include the complete
installation during the week of April 8-12, 2019. This shall include all items of work
contained in Bid Item 13 specified in Section 9-3.1 of these Special Provisions. The
existing overhead flashing beacons should remain operational until the blinker sign
system is installed and operating.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full size set of as -built 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
Page 9 of 68
to residences, businesses, vehicular and pedestrian traffic, and the public as a result of
construction operations.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and tender
a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit
will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for
water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, 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
Page 10 of 68
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.
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
Page 11 of 68
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
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 be limited to, the
cost of all labor, tools, equipment and material costs for providing bonds, insurance and
financing, obtaining an equipment and material storage site, construction surveying,
preparing and implementing the BMP Plan, preparing and updating construction
schedules, providing submittals, attending 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.
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, preparing traffic control plans, providing the
traffic control required by the project including, but not limited to, signs, cones, barricades,
Page 12 of 68
flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes
providing four (4) Changeable Message Boards (CMBs) and updating messages on the
CMBs 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 Provide As-Built Plans: 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-build drawings.
Item No. 4 Remove and Construct Concrete Access Ramp: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
removing and disposing the existing access ramp, grading and compacting subgrade,
constructing concrete access ramps, including raised truncated domes per City of
Newport Beach Standard Drawing (CNB STD) No. 181, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 5 Remove and Construct Concrete Sidewalk: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
and disposing the existing sidewalk, grading and compacting subgrade, constructing
concrete sidewalk per CNB STD No. 180-L, installing expansion joint material,
constructing weakened plane joints, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. 6 Remove and Construct 4-inch Thick Stamped Concrete: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing and disposing the existing stamped concrete, grading and compacting
subgrade, constructing stamped concrete to match color and pattern and be integral
colored (not dust-on), restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Item No. 7 University Drive at La Vida/Baypointe Drive Traffic Signal
Modification: Work under this item shall include the cost of all labor, equipment and
materials, including potholing and exploratory work, required to modify the traffic signal
at the University Drive at La Vida/Baypointe Drive intersection per the Plans and the
Special Provisions. This item excludes work related to Bid Items 4, 5, and 6 above.
Item No. 8 University Drive at La Vida/Baypointe 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 University Drive at La Vida/Baypointe
Drive intersection, including pedestrian and bike push buttons per the Plans and the
Special Provisions. Vehicle detection may be excluded from the temporary operation of
the traffic signal.
Page 13 of 68
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. 9 Jamboree Road at University Drive/Eastbluff Drive Traffic Signal
Modification: Work under this item shall include the cost of all labor, equipment and
materials, including potholing and exploratory work, required to modify the traffic signal
at the Jamboree Road at University Drive/Eastbluff Drive intersection per the Plans and
the Special Provisions. This item excludes work related to Bid Items 4, 5, and 6 above.
Item No. 10 Jamboree Road at University Drive/Eastbluff 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 Jamboree Road
at University Drive/Eastbluff Drive intersection, including pedestrian and bike push
buttons per the Plans and the Special Provisions. 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. 11 Newport Center Drive at Civic Center Drive/Granville Drive Traffic
Signal Modification: Work under this item shall include the cost of all labor, equipment
and materials, including potholing and exploratory work, required to modify the traffic
signal at the Newport Center Drive at Civic Center Drive/Granville Drive intersection per
the Plans and the Special Provisions. Specific traffic signal equipment shall be coated as
described in Section 310-1. This item excludes work related to Bid Items 4, 5, and 6
above.
Item No. 12 Newport Center Drive at Civic Center Drive/Granville Drive
Temporary Traffic Signal Operation: Work under this item may include, but not be
limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles,
and temporary traffic signal wiring to maintain traffic signal operation at the Newport
Center Drive at Civic Center Drive/Granville Drive intersection, including pedestrian and
bike push buttons per the Plans and the Special Provisions. 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
Page 14 of 68
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. 13 Balboa Boulevard at 13t1 Street and at 14th Street Blinker Sign
Pedestrian Crosswalk System Installation: Work under this item shall include the cost
of all labor, equipment and materials required to install a City -furnished TapCo blinker
sign system at the Balboa Boulevard at 13th Street and Balboa Boulevard at 14th Street
intersections. Work shall be completed per manufacturer specifications, per the Plans
(sheet 7), and the Special Provisions.
Item No. 14 Bay Avenue Traffic Signal Interconnect Installation: Work under this
item shall include the cost of all labor, equipment and materials required to install fiber
optic interconnect cable in existing conduit from 15th Street/Bay Avenue to the Balboa
Boulevard at Palm Street intersection, all required fiber optic communication equipment
and accessories, and modify the traffic signal at the Balboa Boulevard at Palm Street
intersection per the Plans (sheets 8 through 13), and the Special Provisions. This item
includes testing of the Fiber Optic cable as detailed in these special provisions.
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.
Partial payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
The payment for the installation of the fiber optic cable (Bid Item 13) 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
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
Page 15 of 68
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 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 81-3 Pavement Markers of the Caltrans
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.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
Page 16 of 68
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 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
Page 17 of 68
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.
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two
(2) day notice to the Engineer is required for requests to the City to determine the location
of sewer laterals.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
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 310 — PAINTING
310-1 GENERAL.
All new traffic signal standards, poles and mast arms shall be coated as detailed below:
• Galvanize: The product shall be galvanized in accordance with ASTM 123.
For the Newport Center Drive at Civic Center Drive/Granville Drive traffic signal
intersection only, all new traffic signal equipment to be installed, including controller
cabinet and service, standards, poles, signal and luminaire mast arms, internally
illuminated street names sign housings, vehicle heads (except inside visors and faces of
back plates), pedestrian heads (except screens), push button assemblies, framework,
terminal blocks, and signal mounting assemblies, etc., shall be coated Valmont Frost
White, No. 652 (or equal) per the Plans (sheet 4) and in accordance with the following
requirements:
Galvanize: The product shall be galvanized in accordance with ASTM 123;
Surface Preparation: Brush blast exterior surface to SSP7 specifications;
Page 18 of 68
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 kV. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363
and ASTM D-522.
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
The layout for all proposed traffic striping and pavement markings shall be pre -marked
and/or cat -tracked and approved by the engineer or his representative prior to application.
Temporary painted traffic striping and markings shall be applied in one coat, as soon as
possible and within 24 hours after the finish course has been 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.
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
Page 19 of 68
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.
SECTION 315 - TRAFFIC SIGN INSTALLATION
Location of traffic signs shown on plans is approximate and shall be approved by the City
prior to installation. Regulatory signs on signal standards, poles and mast arms shall be
the sized to ensure visibility, e.g. a R3-1 sign shall be 36 -inch by 36 -inch. Signs shall be
furnished and installed per CNB STD No. 924-L.
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 immediately adjacent to the project work, 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
Page 20 of 68
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.
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 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.
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
Page 21 of 68
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. For Jamboree Road, the Contractor shall
maintain two lanes of traffic in each direction at all times when completing the
work. Lane closures shall be approved by the City prior to work.
6. Sidewalk closures in non-residential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
7. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
8. 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.
9. Lane closures on Arterial Highways are limited to the hours of 9:00 am to 3:00
pm. Hours may be extended at the request of the Contractor and if approved
by the City.
10. Traffic signal outages shall adhere to the parameters in Section 6-7.2
Scheduling of Traffic Signal Work.
11. During a traffic signal outage ("dark" or prolonged "red -flash"), "STOP" signs
shall be furnished by the contractor. A minimum of two "STOP" signs shall be
placed per approach. Barricades shall be furnished with flashing red lights
when deployed at night. Signs shall be retro -reflective and in good condition.
Signs will not be necessary during momentary "red -flash" while turning the
traffic signal on.
12. Four (4) Changeable Message Boards (CMBs) shall be placed one week prior
to first planned traffic signal shut -down ("red -flash" or "dark") for each of the
Page 22 of 68
traffic signal modification locations. Final locations and messages to be
approved by the Engineer.
13. The Contractor shall take special care to place construction signs and CMBs
to reduce the impact to pedestrians, cyclists and motorists. Where able,
shoulder signs may be placed on wide sidewalks where 48 inches of clear
pathway may be maintained.
PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
SECTION 700 — MATERIALS
700-3 COMMON COMPONENTS
700-3.1 General.
Contractor shall furnish all hardware to meet the Caltrans specifications for all new and
relocated traffic signal equipment as shown on the plans and detailed within these special
provisions. The hardware shall be hot -dip galvanized or stainless steel as detailed.
700-3.3 Standards.
Traffic signal standards and poles shall be steel and conform to the 2010 Caltrans
Standard Plans and Standard Specifications, including foundations, anchor bolts,
and ancillary items.
For the traffic signal intersection at Newport Center Drive at Civic Center
Drive/Granville Drive, Standards, Poles, Steel Pedestals, and Posts shall have a
finished color coating per Section 310 - PAINTING of these Special Provisions.
700-3.5 Conduit
Traffic Signal and Interconnect
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.
Page 23 of 68
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.
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.
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 UL651 B.
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.
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.
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.
Page 24 of 68
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.
Street Lighting Conduit
Unless otherwise noted on the plans, street lighting conduit shall be 1-1/4" Schedule 40
PVC.
700-3.7 Pull Boxes
Traffic Signal and Interconnect Pull Boxes
Pull boxes shall conform to the provisions in the Caltrans Standard Specifications and
Standard Plan ES -8 and these Special Provisions.
All new pull boxes, each complete with cover, 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 Lx 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.
Page 25 of 68
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
#5 Box
#5 Lid
#6 Box
#6 Lid
#6E Extension
Splice Box & Lid
Street Lighting Pull Boxes
Approved Models
Christy N30 Electrical Box
Christy FL30T
Christy N36 Electrical Box
Christy FL36T
Christy B36X12
Armorcast A600197APCX12
All new pull boxes shall be per CNB STD No. 204-L and per the Plans.
700-4 STREET LIGHTING SYSTEM MATERIALS.
700-4.9 LED Luminaires
Traffic signal luminaires shall conform to the provision in Section 86-1.02K LED
Luminaires of the Caltrans Standard Specifications, the approved Caltrans LED Lighting
Purchase Specification, and these Special Provisions. Each luminaire shall consist of an
assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall
consist of a housing, LED array, and electronic driver (power supply).
Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each
luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire
is expected to have a minimum operational life of 180 months (15 years).
The luminaires to be installed shall be 120 volt with integral constant wattage ballast and
detachable power unit assemblies. The power unit assemblies shall contain the ballast,
starter board, capacitors, and a heavy duty terminal block.
The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand
high repetition noise transients as a result of utility line switching, nearby lightning strikes,
and other interference.
Each luminaire shall be installed with photoelectric controls that are operationally
compatible with currently used lighting control systems.
The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted
above the horizontal. The lower edge of the luminaire housing shall extend below the light
source and all glassware. Glare shields external to the luminaire will not be accepted.
The luminaire optical assembly shall be sealed, watertight, and filtered to prevent
contamination from infiltration of gaseous and particulate matter. The lamp socket shall
be factory preset to produce a medium cutoff IES Type III light distribution.
Page 26 of 68
When the components are mounted on a down opening door, the door shall be hinged
and secured to the luminaire housing separately from the refractor or lens frame. The
door shall be secured to the housing in a manner to prevent its accidental opening. A
safety cable shall mechanically connect the door to the housing.
The manufacturer shall provide a warranty against loss of performance and defects in
materials and workmanship for the luminaires for a period of 84 months after acceptance
of the luminaires. Replacement luminaires shall be provided promptly after receipt of
luminaires that have failed at no cost to the City. All warranty documentation shall be
given to the City.
For the Jamboree Road at University Drive/Eastbluff Drive traffic signal location,
LED luminaires shall be Leotek Green Cobra Series GC1-60E-MV-NW-3-WH-700 (see
plans for exact wattage per location) or approved equal.
For all intersections, Contractor shall have manufacturer technician on-site for final
acceptance testing and approval of LED luminaires.
700-5 TRAFFIC SIGNAL MATERIALS
700-5.3 Conductors and Cable.
700-5.3.3 Interconnect Cable.
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.
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 ('/2) of the diameter of the cable
and must be permanent and weatherproof.
Page 27 of 68
Quality Control
The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware
shall be TL 9000 and/or ISO 9001 registered.
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
• 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
700-5.3.4 Fiber Optic Cable.
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.
Page 28 of 68
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.
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."
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.
Page 29 of 68
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
Codes (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.
Payment
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). Refer to Section 9-3.2
for additional details.
Acceptance and approval are 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.
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.
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.
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
Page 30 of 68
temperatures (40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude
of the maximum attenuation change of each individual fiber will not be greater than 0.15
dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for
measurement repeatability.
The cable shall meet the requirements of ITU -T G.652.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 pm (nominal)
Cladding diameter
125 pm ± 1.0 pm
Core to Cladding Offset
< 0.7 pm
Coating Diameter
240 pm ±0.5 pm
Cladding Non -circularity defined
as: [1- (min. cladding dia - max.
cladding dia.)]x100
< 1.0%
Proof/Tensile Test
100 k si, 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 (Ao)
Zero Dispersion Slope
1302 < Ao <_ 1322 nm
< 0.092 ps/(nm2.km)
Maximum Dispersion:
< 3.5 ps/(nm.km) for 1285 - 1330 nm
<_ 18 s/ nm.km for 1550 nm
Cut -Off Wavelength
<1260 nm
Mode Field Diameter (Petermann
II)
9.2 ± 0.4 pm at 1310 nm
10.5 ± 0.5 pm at 1550 nm
Cable Outer Diameter
0.30" (7.6 mm
Buffer Tube Size
0.08" 2.0 mm
Color Coding
Optical fibers shall be distinguishable from others in the same buffer tube by means of
color -coding according to the following:
Page 31 of 68
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.
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-455-81 B
(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 d6 or less. No fibers shall exhibit a measurable change in attenuation after load
removal.
The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute
with a sheave diameter not greater than 20 times the cable diameter. The cable shall be
Page 32 of 68
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 Ibf). The repeatability of the measurement system is typically ±
0.05 dB or less.
The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable
diameter under tensile loading and ten (10) times the cable diameter under a no-load
condition.
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.
Page 33 of 68
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.
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.
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 250pm 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
Page 34 of 68
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.
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.
Interconnection Compatibility
The Connectors shall be compliant
with EIA/TIA and JIS specifications for
LC compatible connectors.
Insertion Loss
0.4 dB (typical)
Reflectance
<_ -40 dB between a temperature
range of -40° C to 75° C
Durability
<0.3 dB change, 200 rematings.
Tensile Strength
<_ 0.2 dB change, 10 Ib.
Temperature Cycling
s0.3 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.
700-5.4 Controllers.
700-5.4.3 Cabinets.
Controller Assembly Testing
Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform
to the provisions in these special provisions and NEMA TS2-2 standards.
Cabinet Construction
The following items are included in the cabinet assembly:
Page 35 of 68
• For 16 position main panel
• Type "O", "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.
General
National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards
Publication: TS2-Latest release.
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.
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.
Cabinet Standards
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.
Page 36 of 68
• The cabinet shall be supplied powder coated aluminum with white powder
coat inside and out Federal color #17875 to match the service enclosure and
battery backup cabinet.
• 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.).
ShplvBs
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.
Cabinet Wiring
Equipment Accessibility
All mounted panels and equipment shall have a minimum tool access clearance of 6".
Ventilating Fan
The cabinet shall be provided with a thermostatically controlled adjustable between 80-
150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet
plenum and protected by a 0.5 -amp fuse.
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.
Cabinet Light Assembly
The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on
the inside top of the cabinet near the front edge. The florescent light shall be activated
by an on/off switch that is turned on when the cabinet door is opened and turned off when
the door is closed.
Lightening Suppression
The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester.
Page 37 of 68
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.
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.
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).
2 -Position Auto/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.
3 -Position Auto/OFF/ON Stop Time — Switch
When in the Auto position the controller shall be stop timed when the police door
AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch
will release all stop time from controller. In the On position the switch shall maintain a
continuous stop time to the controller.
2 -Position Controller Power On/OFF — Switch
This switch shall control the controller's AC power. A guard (sk3036) shall be installed to
prevent the switch from being shut off accidentally.
Page 38 of 68
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.
2 -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.
2 -Position Auto/Flash Switch
In the Auto position the intersection shall operate normally based on all other switches.
In the Flash position, power shall not be removed from the controller and stop time shall
be applied based on the STOP TIME switch.
Cables
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.
Color Coding
All cabinet wiring shall be color coded as follows:
• Purple
= Flash color programming
• Brown
= Green Signal Wiring
• Yellow
= Yellow signal wiring
• Red
= Red signal wiring
• Blue
= Controller wiring
• Gray
= DC ground(return),(logic ground)
• Black
= AC+
• White
= AC-
• Green
= Chassis
Main -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.
Flashing 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.
Detector Rack and 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.
Page 39 of 68
Preemption Wiring
The cabinet shall be completely wired for Rail Road or EVP preemption as needed if
specified on the plans.
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.
Field 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.
Cabinet equipment
Controller Unit
Shall be a Cobalt Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic
with Ethernet communications module and data key.
Detectors
Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet
and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70
detectors shall be provided or approved equal.
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.
BIU (Bus Interface Unit)
BTU's shall meet all TS2-1992 section 8 requirements. In addition, all BTU's shall provide
3 separate front panel indicators. Power, Valid Data and Transmit.
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.
Page 40 of 68
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.
Power Bus Assembly
The power bus assembly shall provide filtered power for the controller, MMU, cabinet
power supply and all auxiliary equipment. It shall include the SDLC Bus connecting
cables wired into a surface mounted compression terminal block. It shall also include up
to 6 filtered power connectors and 2 terminal strips to hardwire the power connections.
Interconnect Termination
All cabinets shall be supply with interconnect termination blocks, Siemons model #
S66M1-50 and sub -base.
Load Switch
All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -
86 -1/0 or City Approved Equal. All load sockets shall be equipped with a load switch.
Flasher Unit
All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model
810 or equivalent.
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.
Cabinet Wirinq Prints
The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints
on three pages.
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.
Equipment Turn On Requirements
An Econolite representative and a signal technician from the city shall be present at the
time of the controller assembly turn on. The representative shall be fully qualified to work
on the controller assembly equipment. The City shall be notified at least 7 working
days prior to intersection turn -on.
Page 41 of 68
700-5.5 Traffic Signal Faces and Fittings.
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
LESV1T (orAgency-approvedequal) terminal compartments.
All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or
Agency approved equal).
For the traffic signal intersection at Newport Center Drive at Civic Center
Drive/Granville Drive, Vehicle and Pedestrian faces and equipment shall have a finished
color coating per Section 310 - PAINTING of these Special Provisions.
700-5.6 Pedestrian Signal Sections.
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.
All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand
(or Agency approved equal).
For the traffic signal intersection at Newport Center Drive at Civic Center
Drive/Granville Drive, Vehicle and Pedestrian faces and equipment shall have a finished
color coating per Section 310 - PAINTING of these Special Provisions.
700-5.9 Pedestrian Push Button Assemblies.
Installed pedestrian and bicycle push buttons/assemblies shall be furnished new,
including mounting hardware.
Page 42 of 68
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.
Bicycle Push Button Assemblies
Installation of push button assemblies for bicycle use shall be in accordance with CNB
STD No. 913-L.
Paint and Powder Coating
For the traffic signal intersection at Newport Center Drive at Civic Center
Drive/Granville Drive, Pedestrian and Bicycle push button assemblies shall have a
finished color coating per Section 310 — PAINTING of these Special Provisions.
700-5.8 Detectors.
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.
700-6 FIBER OPTIC EQUIPMENT
700-6.1 Fiber Patch PanelMall Interconnect Unit.
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.
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.
Page 43 of 68
The fiber patch panel shall have 48 strand capacity. 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 -01 U, shelf/wall mounted fiber patch panel shall
be Corning SPH -01P, or approved equals.
700-6.2 Fiber Distribution Unit (FDU).
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.
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
Page 44 of 68
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.
700-6.3 Splice Closure.
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.
Installation
1. Adequate splice trays shall be provided to splice all fibers of the communication
cable with the greatest fiber count entering the closure.
Page 45 of 68
2. Upon completion of the splices, the splice trays shall be secured to the inner
closure. The Contractor shall verify the quality of each splice prior to sealing the
splice closure.
3. The closure shall be sealed using a procedure recommended by the manufacturer
that will provide a waterproof environment for the splices. Encapsulant shall be
injected between the inner and outer closures.
4. Care shall be taken at the cable entry points to ensure a tight salt resistant and
waterproof seal is made which will not leak upon aging. It is acceptable to have
multiple service drop cables enter the fiber optic splice closure through one hole
as long as all spaces between the cables are adequately sealed.
5. The splice closure shall be mounted horizontally in a manner that allows the cables
to enter at the end of the closure without exceeding any minimum bending radius
specification.
6. All fiber optic cable splicing performed on this project shall be of the fusion type.
All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB
loss per splice.
7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths
together. The termination splices shall connect the fiber optic cable span ends
with pig tails. The field splices shall be placed in a splice tray, and then the splice
tray with splice shall be placed in a splice closure.
8. The termination splices shall be placed in a splice tray and the splice tray with
splice shall then be placed in a fiber distribution unit or field cabinet as required.
All splices shall be protected with a thermal shrink sleeve.
9. The fiber optic field splices shall be enclosed in splice closures, which shall be
waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers
in a single cable.
10. The microduct coupling shall house the fiber optic cable up to the cable opening in
the splice closure.
The Contractor shall furnish and install fiber optic splice closures capable of
accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The
splice closure shall also include the required 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.
Page 46 of 68
Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems,
or approved equal.
700-6.4 Ethernet System.
The following items are included in the Ethernet System:
1. Ethernet System
2. Testing
3. Warranty
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.
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.
Installation
Contractor shall furnish and install switches as shown on the plans and as directed by
Engineer.
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.
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.
Page 47 of 68
The term of the warranty on work performed shall be a minimum of one (1) year from date
of acceptance.
700-7 CCTV SYSTEM
General
The Closed Circuit Television (CCTV) Camera System shall comply with all rules and
regulations of the Federal Communications Commission (FCC) and these Special
Provisions. The CCTV camera system including the dome camera, CCTV cable
(video/data/power), and CCTV camera mounting hardware and shall be Contractor -
furnished. The Contractor shall install the CCTV camera system at locations as shown
on the Plans.
CCTV IP Dome Camera
The Camera shall be IP, Color CCD and capable of producing no less than 720P
resolution and communicate using non-proprietary control protocol. It shall have Pan,
Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of
30 X and be manual/auto focus capable.
The camera shall be able to operate with a continuous 3600 rotation (no stops). The
camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and
at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA
TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -340 to
74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at
which the video is blanked, and 32 presets. The camera shall be in a pressurized sealed
enclosure and have a built in character generator for site ID name and/or number, and
alarm codes. The camera shall weigh no more than 20 lbs. and shall have dimensions
no greater than 18 inches tall and 15 inches long. All equivalencies must be approved
by the Engineer prior to procurement.
The camera shall have the following features:
• Network Interface — Ethernet (100BaseT-Tx)
• Protocol — TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP
• CODECs — H.264 and MPEG (720p)
• Pan Range - 3600
• Tilt Range - 50 to -90°
• Power — POE++
Camera shall use pole -mounting hardware provided by the dome CCTV 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.
Page 48 of 68
The CCTV 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.
CCTV Integrated Camera Cable
The integrated CCTV camera cable shall be procured from the CCTV camera vendor.
No exceptions shall be allowed.
The CCTV cable shall be COHU Model CA276A series or approved equal.
700-8 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.
700-9 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.
Page 49 of 68
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.
Battery Backup Cabinet
Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet for
NEMA controller cabinets 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 to match traffic signal cabinet and service
enclosure.
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.
700-10 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.
All street name signs shall be furnished and replaced new, including mounting brackets
and hardware.
Internally illuminated street name signs shall conform to Section 87-4.02C Internally
Illuminated Street Name Signs of the Caltrans Standard Specifications. Type A signs
with Type IV photoelectric controls shall be installed where shown on the plans. The
contractor shall provide shop drawings of all of the required sign legends for review by
the Engineer.
IISNS shall be NuArt EdgeLit (NAIM-72-LED-D or NAIM-96-LED-D) with mounting
brackets or approved equal. Each EdgeLit LED IISNS shall be equipped with factory
installed photoelectric controls.
Custom Sign Panels shall be white on blue background with Newport Beach logo per
CNB STD No. 916-A.
For the traffic signal intersection at Newport Center Drive at Civic Center
Drive/Granville Drive, Internally Illuminated Street Names Sign Housings shall have a
finished color coating per Section 310 - PAINTING of these Special Provisions.
Page 50 of 68
SECTION 701 — CONSTRUCTION
701-1 GENERAL
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.
Electrical and Environmental Reauirements
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.,
Page 51 of 68
where possible malfunction or personnel hazards might occur. Each item of equipment
shall be designed to protect personnel from exposure to high voltage and temperature
during equipment operation, adjustments, and maintenance.
All video display system and computer equipment shall be suitably protected against
Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce
any EMI, which would interfere with any other equipment in the City TMC. Any equipment
failing to meet this requirement shall not be used.
All video power circuits shall be on the same phase and dedicated for video use only.
The equipment shall be protected from surges and transients in the electrical service and
dedicated interconnect cable system.
The equipment shall be provided with manually re-settable or replaceable circuit
protection devices to protect the equipment and power sources. All such devices shall
be readily accessible.
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.
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 CCTV 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.
Page 52 of 68
The Contractor shall fully inform himself/herself regarding any and all peculiarities and
limitations of spaces available for installation of all Field Work and materials furnished
and installed under this Contract. The Contractor shall exercise due and particular
caution to determine that all parts of the Field Work are made quickly and easily
accessible after installation. Although the location of equipment may be shown on the
Plans in certain positions, the Contractor shall be guided by details and conditions at job;
the Plans are essentially diagrammatic, intended to indicate the scope of work to be done,
and are not to be used for fabrication. It shall be the responsibility of the Contractor to
make sure that the equipment he/she proposes to use will fit into the available space with
proper clearances.
The Contractor shall verify all controlling field dimensions before ordering or fabricating
any material. No equipment or materials to be installed as part of this contract shall be
ordered prior to receiving written approval from the Engineer.
The Contractor shall maintain the project site in a neat condition. No debris shall be left
under any circumstances. The Contractor shall keep material and equipment at his facility
and shall deliver only material needed at a given time to the project site. The material
shall be delivered in a coordinated manner, and as approved by the Engineer.
When the installation of all equipment is completed, the Contractor shall dispose all
unused materials. Prior to disposal, the Contractor shall identify all unused materials with
the Engineer and obtain the approval from the Engineer.
The Contractor is required to observe all regulations and ordinances of the City as they
apply to work in City buildings, streets, and other rights-of-way or City property.
The Contractor shall procure encroachment permits for all work done outside City right -
or -way, including work completed on Caltrans right -or -way, at the Contractor's expense.
The Contractor shall coordinate the Field Work with all required agencies and utility
companies.
If other equipment not mentioned in these 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.
Page 53 of 68
701-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS
701-8.2 Foundations.
Portland cement used shall be Type V. Placement of concrete shall conform to the
provisions in Section 51-1.03D Placing Concrete of the Caltrans Standard Specifications.
All abandoned 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.
701-11 PULL BOXES
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.
Page 54 of 68
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.
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 87-1.03E , Excavating
and Backfilling for Electrical Systems of Caltrans Standard Specifications except that the
backfill material shall not contain rocks graded larger than one (1) inch.
701-12 CONDUIT
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 by the manufacturer.
Transition of the conduit without bends shall not exceed more than one foot for every ten
feet.
Page 55 of 68
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.
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 crosswalks to prevent check pits in special pavement.
Excessive use of water, such that pavement might be undermined or subgrade softened,
will not be permitted.
Page 56 of 68
Trenching
Trenching in Newport Beach right of way shall conform to Newport Beach Standards
Installation of conduit in unpaved areas (dirt) shall conform to the following:
Conduit shall be placed in a trench approximately two (2) inches wider than the outside
diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width.
A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull
boxes the trench may be hand dug to required depth.
Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed
in the bottom of the trench and the trench shall be backfilled with sand -cement slurry
backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of
Type I or 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.
701-14 SERVICES
Electrical service shall be modified Caltrans Type II or Type I11 -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 IISNS (internally 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 Caltrans Standard Plan ES -213 and City Standard Drawing
No. 910-L (P and R cabinets). For Type III -BF enclosures refer to Caltrans Standard
Plan ES -2E for further details.
Service enclosure shall be powder coated white inside and out Federal color
#17875 to match the traffic signal cabinet and battery backup 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.
Page 57 of 68
701-17 TRAFFIC SIGNAL CONSTRUCTION
701-17.4 Wiring, Conductors and Cable.
701-17.4.4 Interconnect.
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.
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 CD.
Submitted to both Contractor and Engineer and shall be made part of the
Operations and Maintenance Manual.
701-17.4.5 Fiber Optic Cable.
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 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.
Page 58 of 68
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 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
Page 59 of 68
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.
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.
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.
Page 60 of 68
• Connection of two or more mainline fiber optic cables as shown on the plans.
The Contractor shall not exceed the maximum number of field splices permitted as shown
on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then
be placed in a watertight splice enclosure. Field splices shall be conducted only at
locations as shown on the plans as an approved splice location.
All splicing equipment shall be in good working order, properly calibrated, and meeting all
industry standards and safety regulations. Cable preparation, closure installation, and
splicing shall be accomplished in accordance with accepted and approved industry
standards.
Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber
optic cable span. The termination splices shall be placed in a splice tray and the splice
tray(s) shall then be placed in a watertight splice closure.
Equipment cabinets shall be equipped with splice trays suitable for storage and protection
of each single -mode optical fiber pigtail and the splice connection to cable fibers.
Equipment cabinets shall be equipped with a suitable means for routing and securing of
cables, fibers, and pigtails to prevent damage to fibers during all regular operation and
maintenance functions
All splices shall be protected with a thermal shrink sleeve.
All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends
shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be
labeled to identify the destination of the fiber.
Upon completion of the splicing operation, all waste material shall be deposited in suitable
containers, removed from the job site, and disposed of in an environmentally acceptable
manner.
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.
Page 61 of 68
All optical fiber connectors shall be of industry standard approved connector for single -
mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C
(FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-
5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-
34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP
—2, the connector assembly will be subjected to ten impact cycles by being dropped from
a height of 1.5 m. The maximum insertion loss measured before and after the impacts
should be < 0.50 dB. The mean insertion loss of the before and after impacts should be
< 0.30 dB. The insertion loss increase measured before and after the impacts should be
< 0.30 dB. The maximum reflectance measured before and after the impacts should be <
40 dB. When tested in accordance with FOTP — 5, the connector assembly will be
subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements
of loss and reflectance will be made at the beginning of the test, at a minimum of six hour
intervals during the test, and at the end of the test. The maximum insertion loss measured
before, during, or after the test should be < 0.50 dB. The mean insertion loss of the
before, during, or after the test should be < 0.30 dB. The insertion loss increase measured
before, during, or after the test should be < 0.30 dB. The maximum reflectance measured
before, during, or after the test should be < 40 dB.
Optical fiber connectors shall satisfy all of the interface parameters of equipment
components as may be defined by the transmission equipment specifications. All optical
fiber connector assemblies shall be machine polished for low back -reflection and low
insertion losses at both 1310 nm and 1550 nm operating wavelengths.
Single -mode pigtails shall be provided with factory pre-connectorized single -mode
connectors. Connectors shall have maximum insertion loss of 0.27 dB or better.
Connectors shall have a stainless-steel barrel (coupling nut) with a bayonet connection
design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated
matings with a total maximum additional increase in insertion loss after 200 matings
limited to 0.30 dB.
Each connector shall have a return loss (back reflection) equal to or better than 55 dB.
All connectors shall be factory -assembled and tested. There shall be no fabrication of
connectors in the field.
All unmated connectors shall have protective caps installed.
Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that
is consistent with the material forming the associated approved connector. The design
mechanism for mounting the coupler to the connector panel may be flanged or threaded
but shall coincide with the connector panel punch -outs. All coupler sleeves shall be
ceramic of the split clamshell or cloverleaf design. The temperature operating range for
couplers shall be the same as that specified for the connectors.
Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm 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
Page 62 of 68
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.
Fiber Assignments
The fiber assignments tables and schematics will be provided as part of the plans.
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
Page 63 of 68
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 OOD 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 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.
Page 64 of 68
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
• 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
Page 65 of 68
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.
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 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.
Page 66 of 68
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.
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 tapped in each pull box.
#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.
Page 67 of 68
701-17.6 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 CNB STD Nos. 923 -L-A and 923 -L -B. Lead loops shall
be modified Caltrans Type E, and placed immediately behind the limit line/crosswalk.
Remaining presence loops shall be Type E, spaced 10 feet apart and installed per
Caltrans Standard Plans ES -5A and ES -5B.
Bicycle loops shall be Caltrans 3' x 6' Type D loop detector.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer prior to the turn -on of the modified traffic signal.
701-17.6.3 Inductive Loop Detectors
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days after placement of pavement finish course.
Page 68 of 68
APPENDIX 1 - CITY OF NEWPORT BEACH
STANDARD DETAILS
A13
0/3 �
,�13 \
CURB FACE
4" MIN, P,C,C,
3/8" EXPANSION
JOINT MATERIAL
VARIES
3/8" EXPANSION JOINT
MATERIAL (TYP)
CURB ACCESS RAMP SHALL
COMPLY WITH CURRENT
ADA REQUIREMENTS
CURB RETURN AREA
v 10' TYPICAL
R=15' FOR LOCAL STREETS AND
25' FOR ARTERIAL STREETS
UNLESS OTHERWISE SPECIFIED
CONCRETE SHALL BE 560-C-3250
TYPICAL SECTION
WEAKENED PLANE JOINTS
LANDSCAPE PARKWAY WITH
STREET TREES REQUIRED
WHEN DISTANCE FROM CURB
TO PROPERTY LINE EXCEEDS
6 FEET IN RESIDENTIAL
AREAS, CONCRETE SIDEWALK
IN COMMERCIAL AREAS WITH
STREET TREES.
PLANTING OR
CONCRETE WALK
WEAKENED PLANE JOINTS
& EXPANSION JOINTS
RECD I APP. I IREVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE JADOFrED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
SIDEWALK DETAIL 180-L
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1
t'
6ay� 9�J
GQ
--
7gdolew
O
S %S'L 'xeW
G� a o!a 5 %S' T .
G
O
� aoe� qjn:) a19epeA
;
O
� un
X
LL
r x
9
w
U
CJ
U
U)
Q
7
v o
�Y U
� N
X
m
a °
3
o
Ln
o°
LL
O ^
gjnD „ b
a�
9'J
algelJeA
y
rn
c
_o c
�
H O
Q J
a) O
=
Of
W
U
ll f°
IL
Q) u
Li= 3
�.
L
I U
o U u
LL Ii m
o ¢
G
'xeW _
adolS %S'L
ado s
v
�J
o -
aDeq qjn:D algepe
..
�
C7
_-- v •x3 idol
�+ ++ +*,++ + Q++ !I�
w
U
g ueya ssaq a, ui
a
u x u2 �� O
�12 Z
of a a) rn c 'L v H y ~ J
�Y vy Fr a,c ��.. Q
0 3 U 3 N Kw x a'
Ca CTW c N A
LL
m Y I U v
v.,Q
a I '" z
� 3
K x �
I
Edi O N F O_ 00
12
dLl .,9 0 `= 1 I x w x
--- --- owl N v I t H
~ I v o
I Ln
Q m I I ^ I w
y \ y
N s w c u N w I E I o Ln
Ln
xe < ¢ ., xe ¢ cn C a I w
U u!W °/a5'L U rn o o' I I w
Z w W
.XeW x = x w Oz p H
m� c'c m�
%S'T EY 'xeW w w Z
u)vwi
rn 1O� %S'T m m
RECDAPP. REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
CURB ACCESS RAMP 181
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 of 3
NOTES
1. 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 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 IMMEDIA TEL Y ADJACENT
TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN I V. 20H (5.0%).
GUTTER PAN SLOPE SHALL NOT EXCEED 1 "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
MAYBE USED ON 4'-2" WIDE CURB RAMP.
RECDAPP. REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
CURB ACCESS RAMP STANDARD DETAIL NO.
181
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 2 of 3
2.3" Min. to 2.4" Max.
Center to Center
spacing j
!+ TOP DIAMETER O O O
X45'
.20"—' BASE DIAMETER
90"
O O O O
RAISED TRUNCATED RAISED TRUNCATED
DOME DOME PATTERN
IN-LINE
CROSSWALK IF
PROVIDED
DETAIL A
TYPICAL TWO -RAMP
CORNER INSTALLATION
WHERE A FLARED
SIDE OCCURS
PROVIDE 2'-0"
MIN. OF CURB CROSSWALK
IF PROVIDED
DETAIL B
TYPICAL ONE -RAMP
CORNER INSTALLATION
RECDAPP, REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE JADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
CURB ACCESS RAMP
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
STANDARD DETAIL NO.
181
SHEET 3 d 3
WHERE A FLARED
Y
SIDE OCCURS
Y
w
PROVIDE 2'-0"
o
a o
o
MIN. OF CURB
Ln
�0
0 a
U
0
�\�
J
o
d'
SIDEWALK
o�o°o°
57,
In
Ln 2 a
CJ iii
WHERE A FLARED
SIDE OCCURS
PROVIDE 2'-0"
MIN. OF CURB CROSSWALK
IF PROVIDED
DETAIL B
TYPICAL ONE -RAMP
CORNER INSTALLATION
RECDAPP, REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE JADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
CURB ACCESS RAMP
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
STANDARD DETAIL NO.
181
SHEET 3 d 3
RECD
TRAFFIC SIGNAL
POLE
PEDESTRIAN PUSH
BUTTON
BICYCLE PUSH
BUTTON
PEDESTRIAN AND BICYCLE PUSH BUTTON
MOUNTING CONFIGURATION
BICYCL
BUTTON ASS
NOTES:
1. BICYCLE PUSH BUTTON (BPB) SIGN SHALL BE
5"x7-1/2" PER CALTRANS STANDARD PLAN
ES -5C.
2. BPB HOUSING SHALL BE TYPE B.
3. BPB ASSEMBLY SHALL BE MOUNTED SO THAT
BUTTON IS ABOVE SIGN.
APP.
PEDESTRIAN PUSH
BUTTON ASSEMBLY
Ll I Y tNblNttK DATE I DIR OF PUBLIC WORKS DATE I ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
BICYCLE PUSH BUTTON INSTALLATION DETAILS
ANDARD SPECIFICATIONS FOR PUBLIC
REVISED
STANDARD DETAIL NO.
913-L
SHEET 1
m
Wz
ap
::D
l7
W Y
zm
,
Ovi
11
Q
U
w
z
z
O
C) U)
Lu
=
F
®
H
^l
O
z
❑
LL
H
J
w
=
�
w
J
CL
QLL
OW
V)
d
Cil
Ee
O
tY
H
W
L9
W (DW
X
1{�
W W
J
W O z
=
b
x
U
U
Lu
m
LLI
LL
LL
®
O
C)
'
CL
W
U7
O Q
i0
Q
LU
>
U
u-
Z:
O
w
0
—m
m>
r
m
D
w
p�
0�
-1
6' OR 8' CL
LL)U)
I-- L i
OJ
D O
F-
Q
cw
U
L�
u
Q F-
W z
k.6V)
OO
Q
z
C�
m
W%
>
H
:D
M
Q
(n
W
J Z
`a
J
z C~f1
CLQ
}
z fz
m
W
Q
m
in
O
a
-'
w
F
Lu
F- (D
t,Oo
N Lr?H
❑
a
O
pz0Ow
LLJ
w
❑F-
W
C)
p
io ❑
J
QQ
H¢
V)
0
Lu
>❑
LL
c
o
w
L' m
=O
w
F-
L) =)
o
O
w
O
O
w
H
cn
a
CL �
cn
O
0
m
Q
o
�w
O
z
Lij
m
m J
m
Q
O
J
W a
w
o
o Q
o
W
m
r
a^ O
zz U
m 0
0
z
0 0
0
Q
i,
I-
J
O
O
O
z
W
J
a
J O
.J
m
W
QZ
H
¢
Q
Q d
Q
z
a
Lr) Y
w m
❑
cyyn
c}n o
(D �
o
F- U
Q
g
i
zU
g m
m
--1 2:
U)
U
U
U
Q -L
V)
16"
20"
REC'D
0
o�
APP. (>
£
�7 i
�-/j
REVISED
CITY ENGINEER
RCE 61527
DIR OF PUBLIC WORKS
DATE
I ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
INTERNALLY ILLUMINATED
STANDARD DETAIL NO.
STREET NAME SIGN
916-A
SHEET I
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
LIMIT LINE OR CROSSWALK
PER PLAN
I
EDGE OF GUTTER
CURB FACE
v
001 F1
1 -OX i 2 -OX
NOTES:
1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS
SHALL BE 3'x6'.
2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS
IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK.
3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC).
4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL.
5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B.
6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B.
7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT.
RECD APP. i REVISED
CRY ENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
LOOP DETECTORS 923 -L-A
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 of 2
/
LEGEND:
1 -ox
1-0Y
DETECTOR INPUT FOR THROUGH
PHASES
DETECTOR INPUT FOR LEFT TURN
O
0
ot
o �
m
ISI
OXB
PHASES
BICYCLE LOOP DETECTOR INPUT
OO
O'l
O
CALTRANS TYPE E LOOP DETECTOR
3-
ox
LEFT TURNO
MODIFIED CALTRANS TYPE E LOOP
O
I
LANE
THROUGH
DETECTOR (LEAD LOOPS)
CALTRANS TYPE D LOOP DETECTOR
LANES
0
(3'x6')
BIKE LANE
OI
1-0Y
I
I
EDGE OF GUTTER
CURB FACE
v
001 F1
1 -OX i 2 -OX
NOTES:
1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS
SHALL BE 3'x6'.
2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS
IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK.
3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC).
4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL.
5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B.
6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B.
7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT.
RECD APP. i REVISED
CRY ENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
LOOP DETECTORS 923 -L-A
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 of 2
Start
TWISTED CLOCKWISE INTO A PAIR Finish
(AT LEAST 2 TURNS PER FOOT) —�
WINDING DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
u-
0
Ow
�
~
D
SAWCUT DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
RECD APP. REVISED
QTY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
LOOP DETECTORS 923 -L -B
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET oft
2' MIN.
* 8' MIN WHEN INSTALLED
ON OR ADJACENT TO
BICYCLE SIDEWALKS,
PATHS OR WALKWAYS.
8" MIN.
4"-6" ABOVE
FINISH SURFACE
FINISH SURFACE
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.
RECD APP. REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
TYPICAL TRAFFIC SIGN INSTALLATION
USE WITH STANDARD SPECIFICATIONS
STANDARD DETAIL NO.
924-L
SHEET 1
� TRAFFIC SIGN
�-►� �
t I
VARIES
+�
J
2" x 2" O.D. 14 GA.
UNISTRUT POST
7' MIN*
8" MIN.
4"-6" ABOVE
FINISH SURFACE
FINISH SURFACE
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.
RECD APP. REVISED
CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
TYPICAL TRAFFIC SIGN INSTALLATION
USE WITH STANDARD SPECIFICATIONS
STANDARD DETAIL NO.
924-L
SHEET 1