Loading...
HomeMy WebLinkAboutC-3764 - 2004-2005 Traffic Signal Upgrades0 �g3�A dL. N N yo n (o m. FORM 107 STOP NOTICE EmGAL rCaMomia CE TO WITHHOLD CONSTRt TWM (Public or Private work) Civil Code Section 3103) TAIM NOTICE THAT whom address is )E5 labor andturdslned e a�a + o ibfora Walect b povehel dos rbid aialm 867PnCAM p*0 YMYQ The labor and naffs hnnished by hI rrerd are The him mad ffmtwbta were honldwd to or for 9 ToMI value of the whole anaurd of labor and ma6erials agreed to be hedshed Is .........._..... ._....._.._._ The value of the labor aid melerlets haNehed to deft Is ... _ ..... _..........._..._.._..._ ............. ........_...................... CMmam has been pad the son al:. _.,..___..._....._ .......... .............___.........__..._ and there is due, owing, and apald the sum at ._...�_..._..».�...._ ._ .�._.�.._____... You are reghdred to met aside sndeciad hrds io sm" fit d n YAIM'rdareeI caul cam and rea- r -* cosh of W910 as prosded by law. You am also r oWledd that cleinerd clM an e**Wb Ras agebmt arty cortmUmllon Mr l is prajeol whiiidtAa_e in yar halo. FIN NAM J4J aawede Wmem — er' I Ohwkwd W orrpararYp dYYrarwt#►�MwrUwehlryidrt VERIFICATION cleiou n rhems . In the bregoi ng Slop Notice; I have reed said Stop Notice end leiow to cormarhM tlhered; the some Is lroe of my awe knowledge. I declare Wider W"y of popsy uhda the laws of the a d a tit the tawgoig b bee and ohdred. 6maAed an .=5—OL V ' O 6 . ae� � at t! r►y A laheawta ter era doawMUn w 04004 oft w d db wire IYq worn 4 i REQUEST FOR NOTICE OF ELECTION (PRIVATE YROMM CNLV) (Par Callumb CM Code Spedon Uf^ lhld or 2110 f an election is roads not to wtildod Mods puswd to fhb dlep rhr 0 e by rwssa+ of a 9 aer 1 band haring been Wcarded In accordaoawitin Sections 3256or3i GZpbaeesadrof oe of such eledah and a copy offuband mMb MdoWofsmche11 - laffs erncloeed p eaddresaed afanghed arsrebpw Thb I rwadiorn must be provided by you ads Ch9 Code Sedan 3 k 8161 dr 3192. C/VOM ifl9 N1IM9 0) RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk-Recorder !IIIIIIIiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINo FEE 200600029863911:11 am 05/03106 213 148 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 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, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Inspection Engineering Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on May 24, 2005. Said Contract set forth certain improvements, as follows: 2004-2005 Traffic Signal Upgrades (C-3764) Work on said Contract was completed on March 17, 2006, and was found to be acceptable on April 25, 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Financial Pacific Insurance Company. I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY M-IVZQ-�" City Clerk �)y %o cc U 0 N 4 Cr N v4 Ea� .-WQ- - P Ic Works Director U_ City of Newport Beach t u- o ®" VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY M-IVZQ-�" City Clerk �)y CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC April 26, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3411 & C -3764) ` Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Inspection Engineering Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on May 24, 2005. Said Contract set forth certain improvements, as follows: 2004 -2005 Traffic Sional Upgrades (C -3764) Work on said Contract was completed on March 17. 2006, and was found to be acceptable on April 25. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Financial Pacific Insurance Company. is Works Director 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 at Newport Beach, California. TO: c 3iuq CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 6 April 25, 2006 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R. Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: TRAFFIC SIGNAL UPGRADES FY04 -05 — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3764 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION: On May 24, 2005, the City Council authorized the award of the Traffic Signals Upgrade FY04 /05 contract to Inspection Engineering Construction. The contract provided for the a) renovation of the existing traffic signals at the intersections of San Joaquin Hills Road /San Miguel Drive and San Joaquin Hills Road /Marguerite Avenue, and b) relamping traffic signal indications at fifty locations with light emitting diode (LED) indications. Traffic signal renovation at the San Joaquin Hills Road /San Miguel Drive and San Joaquin Hills Road /Marguerite Avenue intersections consisted of replacing old equipment, including wiring, traffic signal heads, pedestrian heads, pedestrian push buttons, and installing equipment necessary to maintain traffic signal operation. Relamping the LED traffic signal indications component of the contract was the final phase of the City's traffic signal LED indications upgrade program to meet the California Energy Commission mandate to reduce energy consumption. The mandate prohibits use of incandescent light bulbs in traffic signal indications produced after March, 2003. Traffic Signal Upgrades FY04 -05 - t�etion And Acceptance of Contract No. 3764 April25,2006 Page 2 The contract has now been completed, however, Public Works engineering and traffic staff had continual problems with the contractor and the staff has deemed the contractor's performance unsatisfactory. These problems included, but are not limited to: 1. Supplying inferior construction materials, 2. Employing inferior construction techniques, 3. Failing to supervise the work and maintain quality control, 4. Failing to comply with the construction documents, 5. Not utilizing proper traffic control and safety procedures, 6. Turning signalized intersections off without approval during rush hour resulting in unsafe traffic conditions. The first four items required heightened oversight by staff and required staff to make continual demands for corrections. See Attachment A for an example. For Item 5, Attachments B, C1 and C2 demonstrate the use of improper traffic control and signal operations resulting in unsafe conditions on a number of occasions. Finally, during the period of the Boat Parade in December, the contractor made an unauthorized shut down at the signalized intersection at San Joaquin Hills Road /San Miguel Drive at 4:30 p.m (Item 6). Shutdowns are not allowed at this hour. Attachment D reiterates that the intersection was dark into the night, creating traffic congestion and safety problems and requiring unscheduled resources from the police department. This was a dangerous situation created by the contractor threatening the safety of all drivers in the area. The project is now complete and a summary of the contract cost is as follows: Original bid amount: $330,280.00 Actual amount of bid items constructed: 330,280.00 Total amount of change orders: 22,674.40 Final contract cost: $352,954.40 The final overall construction cost, including Change Orders, was 6.9 percent over the original bid amount. Three Change Orders were issued for the project as follows: 1. Change Order 1 in the amount of $15,000 for installing new conduit, modifying conduit and miscellaneous work as noted in a revised Detail E to the plans. 2. Change Order 2 in the amount of $3,551.16 for potholing and exploration for revised pole locations due to conduit and concrete base conflicts. 3. Change Order 3 in the amount of $4,123.24 for furnishing and installing interconnect cable and making additional repairs to the San Miguel Drive signal controller. . Traffic Signal Upgrades FY04 -05 - Completi �d Acceptance of Contract No. 3764 April 25, 2006 Page 3 Environmental Review: Categorically Exempt under Chapter 3, Article 19, Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. This exemption covers maintenance and repair of existing traffic signal facilities. Funding Availability: Funds for the project were expended from the following account(s): Account Description Account Number Amount Transportation and Circulation 7261- C5200068 $336,954.40 Gas Tax 7181- C5200408 $16,000.00 Total: $352,954.40 The original completion date was October 18, 2005. Due to change order work, plan revisions and critical equipment delivery times, the work was extended and completed on March 17, 2006. Prepared by: 4Submitted by: R. Gunt er, P.E. G. Badum Construction Engineer orks Director CITY OF NEWAT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 FAX COVER SHEET EXHIBIT A DATE: 1212012005 FAX NUMBER. (949)660 -8930 COMPANY: IEC, Inc. ATTENTION OF. Jamal Deafft SUBJECT. Use of used Equipment for Signal Project C#3764 FAXED BY. MAP PHONE NUMBER: (949) 644 -3311 FAX NUMBER: (949) 644 -3318 NUMBER OF PAGES INCLUDING COVER SHEET. 1 Jamal, Just when 1 thought 1 had heard it all on this project, It was reported to me by my traffic Engineer that it was observed that your crew was installing used LED's for lamp replacement at San Miguel / San Joaquin Hills road. This is never allowed! I know that you told me yesterday that this was a mix up with your crews, and that you had already delivered the correct new LED lamps to the location, but the cl2ud still exists over vour r !Never use anything but per plan components and installation techniques that meet or exceed our specifications. Nothing else will be accepted and paid fori Our Traffic Dept is planning on sending out our maintenance contractor at the completion of your contract work and before final payment to confirm that all new LED lamps were used. If any are found to the contrary, the cost of that visit and the cost of replacements will be subtracted from your final payment. Make sure that doesnY happen! Reply to this Fax as to your plan to correct these actions at San Miguel as well as Marguerite, in the installation of all new LED lamps. Contact myself at (949) 644 -3331 or Brad Sommers in Traffic at (949) 644 -3326. Marcus A. Puglisi Senior Public Works Inspector Cc: Brad Sommers George Bernard Robert Gunther 0, . CITY OF NEWPAT BEACH • EXHIBIT B PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 i �U FO a�P FAX COVER SHEET DATE: 813112005 COMPANY. IEC, inc. ATTENTION OF: Jamal Deaifi FAX NUMBER: (949) 660 -8930 SUBJECT: Dangerous Traffic Situation /Unacceptable TC/ Stop Work Order FROM: Mark A. Puglisi PHONE NUMBER: (949) 644 -3311 FAXED BY: MAP FAX NUMBER: (949) 644 -3318 NUMBER OF PAGES INCLUDING COVER SHEET: Jamal, Your two man crew under Luis Vega today, did not have the required equipment (Flashing Arrowboard or advanced warning signs, etc.) to provide a safe lane closure on Superior Ave at Ticonderoga. 1 had several different complaints from City Depts. as to the completely unsafe situation that could have resulted in a traffic accident and possible mortal injury of your unprotected flagman. Your bucket truck had closed the number one lane northbound without anymore advanced waming than a man without an approved traffic vest or paddle, and a few cones. This all occurred after a sharp tum (no visibility) on a busy arterial with heavy traffic, including large trucks. After hearing of the reports, I rushed to the site, witnessed the totally unsafe situation, and ordered your crew out of the street. Luis then asked if he could return tomorrow to several busy intersections on Balboa. i told him that a Flashing Anowboard would be required, and that he needed to set up TC per the WATCH Handbook, and could l go over that with him. He said he did not have a copy, and didn't know the TC plans. We had some reports of some marginal traffic control situations over the project thus far in the L.E.D. change -out portion of the job. These areas require changing, short duration, single lane closures, but at a minimum must be per the WATCH Handbook. Before any further work involving traffic lane closures, we need to have a meeting in this office to go over safe traffic operations. Contact me to set up the meeting with our Traffic Dept right away at C# (949) 795 -6942 or Ofc # (949) 644 -3331 Marcus A. Puglisi Senior Public Works inspector Cc: Brad Sommers George Bernard C17Y OF NEWP &T BEACH EXHIBIT C1 PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 b« t CgGIFO FN`P F" COVER SHEET , DATE: 912812005 COMPANY: IEC, Inc. ATTENTION OF: Jamal Deaiir FAX NUMBER: (949)660 -8930 SUBJECT: incorrect LED change out at NC Drive E -W/ NC Drive FROM: Mark A. Puglisi PHONE NUMBER: (949) 644 -3311 FAXED BY: MAP FAX NUMBER: (949) 644 -3318 NUMBER OF PAGES INCLUDING COVER SHEET. I Jamal, I'm attaching a copy of the email that was sent to you by Brad Sommers regarding the incorrect indication at the above intersection. Correct this mistake immediately, as it is a definite safety issues Let us know as soon as it is corrected. If you have any questions about this issue contact myself at (949) 6443331 or Brad Sommers in Traffic at (949) 644 -3326. Marcus A. Puglisi Senior Public Works inspector Cc: Brad Sommers George Bernard Robert Gunther Sommers, Brad • To: Puglisi, Marcus Cc: Brine, Tony; Edmonston, Rich; Bernard, George Subject: 04 -05 LED Relamp is EXHIBIT C2 Marcus, it seems staff has been called to quite a few "red flash" situations at signals that IEC has been relamping as part of the 2004 -2005 Traffic Signal Upgrades contract. It appears that these calls are directly related to the contractor work. As every change in signal operation has potential safety issues, we ask that IEC take more care during the relamp procedure. Brad Sommers 08/05/2005 CITY OF NEWPAT BEACH • EXHIBIT D PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 it, Tor. FAX COVER SHEET DATE: 12/2012005 COMPANY. IEC, Inc. ATTENTION OF: Jamal Dealfl FAX NUMBER: (949) 660 -8930 SUBJECT: Unscheduled Signal Shutdown Without Notification/ Police Action/ Traffic Delays PHONE NUMBER: (949) 644 -3311 FAXED BY: MAP FAX NUMBER: (949) 644 -3318 NUMBER OF PAGES INCLUDING COVER SHEET: 1 Jamal, As i made it very clear last week on Wednesday to contact me with your schedule to shutdown and do major signal work at San Miguel and San Joaquin Hills Road, I was amazed when the Police Dept. informed me of reports of a major incident at that location late in the day on Thursday. I mistakenly argued with them regarding the need for their deployment as ordered by the Police Chief himself, after being notified of a problem by our City Manager. 1 told them that the public must have been confused as to the reason for traffic delays because the signal is temporarily on Recall. 1 looked really uninformed or even stupid when they called me from the site to say that the whole intersection was dark and a major crew was raising poles. This was at 4:30pm. One hour after we allow a signal shutdown in any case! It was then evident that an unauthorized shutdown was ordered by you without notification to us. That shutdown left the signal out of service until well after dark during the heavy traffic flow of our Holiday Boat Parade. In addition, it pulled needed PD forces away from their planned traffic locations, and left us with no control over the situation. Communication is our most valuable tool, without it we have no way of coordinating these projects. Coordination with emergency services is a must in any city. This is another of many incidents that involves traffic safety related to this project. We will not tolerate anotherl Let's meet and discuss the situation so as to make it crystal clear! Contact myself at (949) 644 -3331 or Brad Sommers in Traffic at (949) 644 -3326. Marcus A. Puglisi Senior Public Works Inspector Cc: Brad Sommers George Bernard Robert Gunther CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 a.m. on the 5th day of May, 2005, at which time such bids shall be opened and read for 2004 -2005 TRAFFIC SIGNAL UPGRADES Title of Project Contract No. 3764 $388,000 Engineer's Estimate fen G. Badum Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE httr)://www.city.newport- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders maj / obtain one set of bid documents for $10 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "C -10" or "General A" For further information, call Brad Sommers, Project Manager at (949) 644-3326 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 9 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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 relating to prevailing wage rates (Sections 1770-7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: httr)://www.gpo.gov/davisbacon/ca.html 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 8/9/33 'A" Contractor's License No. & Classification Bidder z� Authorized Signature/Title �V ,570S - Date Apr 26 05 03:07p p,l BOND NO. B810546 CITY OF NEWPORT BEACH Premium included in BBSU. PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID IN ----------- 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 2004- 2005 TRAFFIC SIGNAL UPGRADES, Contract No. 3764 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 28th day of April , 2005. INSPECTION ENGINEERING CONSTRUCTION INC. Name of Contractor (Principal)Authorized Signature/Title FINANCIAL PACTFTC LUSURANCR Name of Surety COMPANY 3850 Atherton Rd. Rocklin, CA 95765 Address of Surety 323) 663-7814 Telephone Authorized Agent Sig Patricia Zenizo, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPGjE ACKNOWLEDGEMENT State of California County of Los Angeles On April 28, 2005 before me, M. S. Rodriguez, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared PATRICIA ZENIZO Name(s) of Signer(s) personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .V;iivM. S. RNIGUEZ o R Comm. #1333289 p NOTARY PUBLIC - CAUFORw S 2 LOS ANGELES COUNTY 2 = MY Comm. Whs January 2, 200b e WITNESS my hand and official seal., Signature ofA ----------------------------------------OPTIONAL----------------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date.- Signer(s) ate: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name.- Individual ame: Individual ❑ Corporate Officer ❑_ Titles(s): U Partner - ❑ Limited ❑ General Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: - LIMITED POWER OF AT -i ORNEY .Financial Pacific Insurance Company BOND NUMBER B810546 POWER NUMBER 8 1 0 5 4 6 PRINCIPAL Inspection Engineering Construction, Inc. PENALSUM 10% of bid amount. KNOW ALL MEN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"), does hereby make, constitute and appoint: Patricia Zenizo, Margaret Rodriguez, Vanessa Gutierrez, Pietro Micciche its true and lawful Attorneys -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings, recognizances or other written obligations in the nature thereof as follows: Bid, Performance, Payment, Subdivision and Miscellaneous Bonds up to $1,500,000.00 and to bind the Company thereby. This Power of Attorney is si"ned and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Financial Pacific insurance Company at the meeting duly held July 6, 1995 which are now in full force and effect: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, unbdeftakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company when signed and sealed (if a seal be required) by one or more attorneys -in -fact pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; any such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Financial Pacific Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 15th of March, 2004. IN uiup��/i G\�\ PP ilk 2 ••�o ATF` i = Robert T. Kingsley, President 1R. Hollin` Shead, Secr tary 3 2'. 1986 ' -0 _ �' y•'•glIFOP�•• ��. STATE OF CALIFORNIA, COUNTY OF SACRAMENTO On this 15th day of March, 2004, personally came before me Robert T. Kingsley and John R. Hollingshead, to me known to be the individuals and officers of Financial Pacific Insurance Company, who executed the above instrument, and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. RECOMM. MO`1389 *- a• COMM. *1471389 Wa; Notary Public -California N PLACER COUNTY _r Rebekah Moeller, Notary Public My Comm. Exp. Feb 21, 2008 CERTIFICATE I, the undersigned Secretary of Financial Pacific Insurance Company, a California corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors set forth, and that the relevant provisions of the By -Laws of the Company, are now in full force and effect. Signed and sealed at Sacramento, this 28th day of April MO. John ollingshead, Secretary Financial Pacific Insurance Company seal must be affixed Financial Pacific Insurance Company AIlriatriv. , uie.e� anti Iwecal., a :n�u: iamnwt Avha'.r ma AL1dreS5: F.0. any ?92 20 Phone 916 - 6365000 ,ennbeae%y mer k �r Sacraments, CA _5829- Pat: 916630.3100 d hams+ 2220 Wit Wava.financialoa t c spm 1Bes7+siRaim9. I AIMMUM. RI aM =7; _° M �. .. Fvlafldal $neltiPll Bailai05 View Definitions Rating: A- (Ezcellerd) Financial Size Catepoy. Vl (SC5 . million to $50 milloorn Control, Nogatne ACdorotufdmed EttecM Date: hiry W, gnu iepertsenats�i` I M1Cf1k ;MEOR�(,I fad.. Visit our IJewsROpm for fry latest dead, and ogees mlesse, tar this company and its H.M. Best Gmup B dra Compsor RUnml. includes Fasts Financial S5venptlt Rating and rationale pions wilh comprehensive analyNCal Clmannant51y,detailed business overview and keyfinancial data. Y aspen raac inn Own: 67117Mo<(represents the latest slgnifican ,change). Historical Repots am arrallaboy in Bess comma ry Peosn Acid � Beet's Exectitiue Summarq Bepure(Financial Mar»ewj- available intnmmverslons, these i` Style reports feature balance sheen, income Statement, key financial performance mate c'—'�f presentation s a ` indv0ingproflabillN.liquidity, anpresenre analysis Deny Statue, 2005 Bests Statement File PfC.US. Contains tale compiled as (K411712005 (AS F�e"eiv =_d). F Sinnle Cbmpana -five years afaremotaldata spei:d¢aily oFithis company. > compo Cnmanies you seleed. ect. arlsan9aiS efl0ahtl8 dnalyaiev(I nits'cpmaelry Wifha peat pfvVU V(uvly (rte Othel - a Composite - evaluate this company financials against a peal group composite- Repoli displays both to darrem. anb total COmpOSlle O(yOUI SEleCted peel Flout A no Nw Nation Cattle Preaema[ion Ren m- mulud^a Basis. Finannal Summon Paling and financial ,dar, 29 provided in Begins Ray Rating, GuideprpOpgs Data Stunts: 3093 Financial Data (Quality Crass Checked). A'M. Best Press Release • • Page 1 of 1 Press Release - MAY 06, 2005 A.M. Best Comments on Mercer Insurance Group's Purchase of Financial Pacific Insurance 15 Print this article CONTACTS: Public Relations Analyst(s) Jim Peavy David J. Fidecaro (908) 439 -2200, ext. 5644 (908) 439 -2200, ext. 5420 james.peavy @ambest.com david.fidecaro @ambest.com Rachelle Striegel Brian McArdle (908) 439 -2200, ext. 5378 (908) 439 -2200, ext. 5228 rachelle.striegel @ambest.com brian.mcardle @ambest.com FOR IMMEDIATE RELEASE OLDWICK, N.J., MAY 06, 2005 A.M. Best Co. has commented that the financial strength rating of A (Excellent) and the stable rating outlook on the subsidiaries of Mercer Insurance Group, Inc. (MIGP) [NASDAQ: MIGP] (Pennington, NJ) remain unchanged following the announcement of its acquisition of Financial Pacific Insurance Group, Inc. (Financial Pacific) (Sacramento, CA), a writer of commercial property/casualty lines in the Western region of the United States. The financial strength rating of A- (Excellent) and the negative rating outlook on Financial Pacific's insurance subsidiary, Financial Pacific Insurance Company (Sacramento, CA), also remain unchanged. A.M. Best believes that the proposed acquisition of Financial Pacific for approximately $40.4 million in cash is consistent with MIGP's long -term objectives of strategically developing its commercial lines segment and its product and geographic diversification. Financial Pacific is a specialty writer of commercial lines doing business primarily in California, Nevada, Oregon and Utah. MIGP is a holding company —which through its insurance subsidiaries —offers commercial and personal lines products to businesses and individuals in Pennsylvania and New Jersey. For Best's Ratings, an overview of the rating process and rating methodologies, please visit Best's Rating Center. For current Best's Ratings, independent data and analysis on more than 3,000 individual property /casualty companies, groups and industry composites, please visit Best's Property /Casualty Center. A.M. Best Co., established in 1899, is the world's oldest and most authoritative insurance rating and information source. View a list of companies related to this press release. The list will include Best's Ratings along with links to additional company specific information including related news and reports. Copyright O 2005 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No pan of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our teens of use for additional details. http: / /www3. ambest. com /press /GeneratePressRelease.asp ?Frame= true &RefStr... 05/10/2005 Search Results page 1 of 1 2 Rated and non -Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with mercer insurance group To refine your search, please use our Advanced Search or view our Online Help for more information. _. 'ti< Nefiefl Sur3nce 6NUii liir.. ..•. ..__ .... ... ... .. __ ..,, .._ .... .. _ • US: NQw.. ..w 'Financial Strength Ratings as of 05/10/2005 05:15 PM E.S.T. Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice: Best's Ratings refle4 our independent opinion. based on acomorenens" quenthonve and quelhative evaluation of o comptuly's balance sheet strength. operating pedornience we business protlle.'rnese rat ngsere neither a wanamy of a company's financiai strength nor he tun liyto meat us financial ohligationic unciudua those to policyholders. View our Path novice to, Mineste oetafle. ............ _.._._ ...... __.. ______ .................. ___..... Cusco e- 3e?rce i -,.duo Suoovr• I whirs, I Confac In I Csr_ers .About A.Iy Best I Site Mac I prrrery pohcr I Securt, I Terms o; List I Leuat & Livansui Cavynmq 02ffii.AM. sing. C,..I, M. NI M..i 11. M. AN. 9= tNtutwae Fleeonneaert, Amy Rote Oldwick, NowJerstw. etti858,US.A. Mercer Insurance Group, Inc. 0.N. &4 NO5115C • Add( ss; 10 North Highway 31 hhine: 609.137.9426 Peurrholen, NJ 08514 Fakir 609.737 -8719 Repo�FS�aritl'.NeurS {.axwswm a' „, 3� d � 3#p t3 ?.;e Vish our NewsBoorn for are la test de,s tl i s el e ^,es berths companyand n6 kw, Best O.K. No repoNs area flab@ for this Cempany at this lime. festomer 9ervica I Prodan SNNann I NAemher Comer I. Coeint iris I Carew” ?boul km! Best I site Idao: I Pr'ri'aev Prim I Se ^_urn' +I Terms of Use I Legal & Licerlm Cchy� 0'AMaAM.x.81 ampN)',IM.Alnpks reswx'. :SM.8ez1 NUtHwMe 4ew5ublees, M.rrOesl kesh, OYMn'JI. N9ru' J9rsY.O8B58, l)Sh. Mercer Insurance Group 6wmweP "p6 ryb, wm..Y.u.x..c unl e.�.�ry N l�.nou RN.NU1N C5tA,nC op 9mYh 'The MSaq.9wM Ache. 114:a<C'0.9[F ro NApN n10.K A�BQII P.O. Box270 Phone: 60g-737 -0426 ^vary emom Address: F,p,ye Penning :on, NJ 11853.4 Fa %; 609�7 3J-8719 Web: 9rcvw.mercerins cnrc� (gesY'sit 1l tlt.ca�fIf; 'uas f°- `'„''m'S'I�t''hu''.k uW, RImencial Strength Ratings View Definitions RalmV. A (E.11erej Financial SM Caregorr Ull (1550 miltion to $100 million) oullook53able. Action.ARUmess EflechuP Dale: Octerer 01, 2004 Visit 0.1Nevepoom for the latest Pews andpt l- nla �s 61111,11 cammanyand its H.M.. Beal Group. Bast's Cronmry Renon.- indpde3 ,dt Finandu iness hRalmp and rat ..i, UriGrim bbmpmnensive ana'rylicaloomO04 (ly rieSeedbusl easwvlmasaince Chang financial ,oa :e. ReMSion pate:1tU01R00a {re(JieSEn[5. [tie lytest SipnifiCen; Change). HIStOdcal RppOits am evalahle n Beds GumpaMReport A chive. x` -- prese nEg aec lvStlhle reports ry featureports 6i sheet income statement kPytfbnm8necriaa l DaeRnOsr,mmaaln E Ia515 including pr mfpabilry, ligditlit, an d reseir rvo analysis. Data Stares: 2005 Basis Statement. File- PAC. US. 00m2ins care compiled as of 41171200 (As Received), P Single CarnimrtJ -frva years of9naneiai4ata soedGCailyontnis company, I COMOf Son side- by-sldP III a.Ci818rolyal5clubs COmpany WUI a peel group Of up to fwe banner companies you select A COmprishe - evaluate this compnnys fmancialsagainst a poor group composite. Repot displays both 1116 average and total composite of your selected peer group Financial Strength Rabnn and financial •:?ook• E!,299 EN F6`- 6=TpO f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information i Bid Item Number I Description of Work i %of Total Bid Name: Al Address: i Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Bidder Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Project Description S'e \L�..J. Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders,_ extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 2 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount S If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. /VO No. 3 Project Name/Number Project Description Approximate Construction Dates: From Agency Name To: Contact Person Telephone ( ) Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. /1a PQ No. 4 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount S Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number _ Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount S Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. I� To: 9 No. 6 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. /10 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. Bidder Authorized Signature/Title 10 Inspection Engineering onstrnction:. f� City Person to contact Proiect Amount Complete Baldwin David Lopez Traffic Signal $120,000 9/1/04 Park 626- 960 -4011 Industry Shaun Malganji Traffic Signal $100,000 9 /l /03 (626)- 333 -0336 Hawiian Ken Riggins Traffic Signal $90,000 1/10/04 Garden (714 )-321 -3679 Carson Richard Galen Traffic signal $80,000 7/1/04 310- 830 -7600 Tustin Mr. Doug Anderson Traffic Signal $98,000 10 /1 /00 (714) -573 -3172 Bell Carlos Alverado Traffic signal $50,000 7/1/03 (626)- 960 -1889 Caltrans Elie Najm Traffic signal $110,000 7/1/04 714 - 680 -7826 Caltrans Danh Thai Traffic Signal $30,000 5/1/03 714 -680 -7829 Anaheim Keith Laster Traffic Signal $170,000 2/1/05 714 -231 -8373 Rancho Santa Thomas Wheeler Traffic Signal $30,000 10/1/02 Margarita 949 - 635 -1828 Costa Mesa Thomas Banks Traffic Signal $130,000 11/26/02 714 - 754 -5222 Firm Documentation: (I.E.C.) is a partnership established in 1980 in Kuwait City provides inspection; program /construction management and construction contracts to Kuwait City and its counties. Our main office that is in the U.S. It is located in Costa Mesa; we also have several offices around the world such in Jordan, Angola, and Kuwait. I.E.0 management team started from the individuals, Mr. Fayek Deaifi, Mr. Osama AI- Rasheed and Mr. Fahed Bodiay. Mr. Deaifi acted as the team Principal, Mr. Al- Rasheed as the Project Manager and Mr. Bodiay as the Construction Manager. The total employees of IEC as if today are 112 employees, 12 of these employees are in the US office two are only a part time. Financial Condition: IEC financial condition is in a very stable and strong shape; the company has never had any previous bankruptcy or litigation. The company is not planing or intending to close any offices or to merge with any other companies. Expert Construction Inspection: Construction contracts of public Agency are a primary objective of our firm. Our construction services provided on projects designed by other consultants /public agency. We make it our goal to have the client's needs and objectives our priority. Staff Availability: IEC is capable of providing all types of different staff for you're up coming project, for full time or part time position (as needed), Our staff is ready to support your team from the beginning of your project tell the end of it, Our staff is ready and available on weekends and holidays if needed also we will have staff available 24 hours which sets this company apart from all others. IEC will Not designated any person to the project then removed or replaced without the prior written concurrence to the authority. Our Commitment: IEC is committed, without exception, to providing responsive and quality services to our clients.. We will approach each of your projects with the dedication and attention to detail that they deserve. The end result of our team effort is to establish and maintain your confidence in our long- standing reputation of quality, reliability and personal attention. Simply put, our goal is to ensure the success and structural integrity of your projects. Specialists in Traffic Signal: IEC is recognised throughout the state as an expert in traffic signal construction for various roadway projects. Page 3 Project Team: The experience of the firm is certainly important in selecting a Project engineer and Superintendent; but success is ultimately depending on the actual team members providing the services. We do not believe that you will find a more qualified or enthusiastic team as ours. In selecting this team, we reviewed their experience ensuring that their qualifications directly benefit your City. These individuals bring to the team a great amount of experience in working with the public, managing projects, providing a safe environment for both pedestrians and vehicles, and managing the entire team in a tight schedule. Project Engineer Jamal Deaifi Mr. Deaifi will be your point –of contact, 7amal will be responsible for administrating all aspects of the contract requirements and inspecting the work. He has extensive knowledge in all facets of roadway construction; including, Traffic Signal, concrete, pavement replacement, signage, landscaping, striping, and traffic control. 7amal's 16 years experience will bring to your project sensitivity to your needs —he will be a great asset. These are some of the duties that Mr. Deaifi will be performing: ❑ Performing inspection to ensure compliance with plans and specifications. ❑ Maintaining awareness of safety and health requirements. o Enforcing, applicable regulations and contract provisions for the protection of public and project personnel. o Preparing supplemental design plans. ❑ Scheduling and monitoring work to meet project milestones. ❑ Reviewing project schedules. ❑ Modifying design to field conditions. ❑ Co- ordinating activities of various agencies. ❑ Preparing change orders and work estimates. ❑ Preparing final as -built plans. Page 4 Superintendent /Forman Jose Vega Mr. Vega will be your daily point of contact at the field, Mr. Vega have more than 15 years of experience in the construction Industries specially in traffic signal Projects, this is some of the project that he completed in the past five years as a Forman: Client City of South Gate Project Description Traffic Signal Upgrade Phase I. Long Beach Boulevard and Palm Place. Imperial Highway and Garfield Avenue, Garfield Avenue and Target Store Driveway. Imperial Highway and Garfield / Ruchti Road. Santa Ana Street and Mountain View Avenue. All the above intersections includes new controllers new service cabinets, new foundations for new poles, new loops detectors, striping, wheel chair ramp, some new sidewalks. Client City of Baldwin Park Project Description Installation of traffic signal at: Francisquito Avenue and Main Avenue. Baldwin Park Boulevard and Tracy Street. These intersections includes, installation of model 170 E controllers, new service cabinet, new foundations for poles wheel chair Ramp, loop detectors and striping. Client City of Culver City Project Description Washington Boulevard Street Scape One of the bids items for this project was traffic signal modification at Helms Avenue and Washington Boulevard. Client City of South Gate. Project Description Traffic signal modification Tweedy Boulevard and Atlantic Avenue. Michigan Avenue and Atlantic Avenue. Tweedy Boulevard and Victoria Avenue. Tweedy Boulevard and Stanford Avenue. Independence Avenue and Ardmore Avenue. All these inspections include new controllers and service point, new foundation for the poles, striping. Loop detectors, handy cap ramp. Page 5 Client City of Baldwin Park. Project Description Installation of Traffic Signal at Pacific Avenue and Vinland Avenue. Baldwin Park Boulevard and Tweedy Street. Baldwin Park Boulevard and Foster Avenue. These intersections include installation of Model 170E controllers, New Service Cabinet new Foundation for Page 6 Schedule: In order to minimise the length of impact to the public; close attention must be given to the project schedule. IEC will perform a construction schedule, which validates the anticipation construction contract duration, identifies interfaces with Owner; updates will be review to verify that proper schedule techniques are being utilised by the construction contractor. Our depth of experience in developing, monitoring, and using schedules as management tools is quite extensive; We have found that it assists us in our ability to anticipate potential problems as they occur and allows us to resolve issues before they become problems, and keep the project on schedule. Traffic Control: Traffic control is more than moving vehicles through the project limits while construction is underway, it is minimising delays for the travelling public, and safe working conditions for the contractors work force. Our team will review and comment on the contractors traffic control plans, and work with City inspector to make field adjustments when necessary, all traffic control devices will be reviewed daily. Quality Control: IEC will need to work efficiently to complete the project within the contract time, and it will be essential that each item of work be completed correctly the first time. Our team will work closely with the city inspector from day one to ensure that the quality of all project elements meets or exceed the contract requirements. IEC maintains in -house quality programs covering its participation on the project. IEC is aware that a project Owner can benefit significantly from construction entities. Community Relations: Business owners are naturally concerned about how the construction of a major project will affect operations of their business. Residents are concerned about getting their children to school, getting to work on time, and stopping at the corner store on the way home. We recognise that public perception of project is a key factor in judging the success of a project. It is our goal to provide, during the construction, every person and business affected an opportunity to be involved. The construction management team will address public concerns that may appear during construction. Page 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of __rc—w+�= ) J�Aw-v4c 'Z c` ,Abeing first duly sworn, deposes and says that he or she is PrcS �J.,A� of I-�E- C- , 1",,,._ , 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 r penalty of perjury of the laws of the State of California that the foregoing is true and corr t. Bidder Authorized Signature/Titlea Subscribed swor -to fore me this ,� day of 1"tk 2005. [SEAL] Notary ubl My C mmission Expires: o MARTIN WII.CQX A . � COMM, #1424127 NOTARY RUOLIC•CALIFQRNIA QRANl3E COUNTY a My Comm, H7cp• JU r1,d, RW 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 37 DESIGNATION OF SURETIES Bidders name - L -l -c- .!'►�- 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): OKI 2 -,?l 3Z7.- 6U-704 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Record Last Five (5) Full Years Current Year of Record I ICurrent Record Record ' Record i Record Record Year of for for for j for I for Record 2004 2003 2002 2001 2000 Total 2005 I No. of contracts 1 30 Zo I Total dollar Amount of Contracts (in 2. Ct �• ' �• Z 800 Thousands of S No. of fatalities Is i � � � �,r• I � �. No. of lost Workday Cases le— i I �' No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder ��f� �}/inla�� Cd,�j�✓v* Business Address: 711-47 i/a.j;t, Vl«✓ *'57C Cas4.T4gd„ co c7 41.9 Business Tel. No.: -,7iY 2 Qc) qt State Contractor's License No. and Classification: S f �# 3 o Title -ia1,,ld J 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 s/sl o Title Stv Signature of bidder Date Title Signature of bidder Date _ Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners/joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO, 3764 ACKNOWLEDGEMENT OF ADDENDA Bidders name 'Z6 enc, The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received I Signature i � I I I 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 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 Business Address: ?D3 A y, T1 S� Sl 6 60- ^P -Jo— c 2� Telephone and Fax Number: 71, -2-4d-97-I-z- _ q -f q — 6 60 - 9g3o California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued: 14(112v-7 Expiration Date: 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: ►� w� aC._ .%, cola l �' The following are the names; titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: "Name Title Address Telephone 20(�7 A -,4r wy,/ Arn Cates rte crly- C -A cl ,u Corporation organized under the laws of the State of 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 4,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; tl(p Briefly summarize the parties' claims and defenses; Woo Have you ever had a contract terminated by the owner/agency? If so, explain. nn Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for laboz compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes No Are any claims or actions unresolved or outstanding? Yes /& 17 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. &—c— "r—h-c-- Bidder (Print name of Owner or President of Corporation/Company) �lt'G4- Authorized Signature/Title PiGI�� Title _ soy-�o� Date Subscribed and sworn to before me this . S day of /141: '12005. EAL] 18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 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 Soecifications 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. 19 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 CONTRACT THIS AGREEMENT, entered into this _ day of , 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Inspection Engineering Construction, Inc., hereinafter `Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2004 -2005 TRAFFIC SIGNAL UPGRADES The work necessary for the completion of this contract consists of traffic signal modifications at the San Joaquin Hills Road /San Miguel Drive intersection and the San Joaquin Hills Road /Marguerite Avenue intersection, replacing incandescent indications with Light Emitting Diode (LED) indications at 50 existing traffic signal locations, and installing Emergency Vehicle Preemption (EVP) systems at two existing traffic signal locations. Contract No. 3764 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3764, Standard Specifications for Public Works. Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all 20 ® • activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Thirty Thousand, Two Hundred Eighty and 001100 Dollars ($330,280.00). This compensation includes (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Brad Sommers (949) 644 -3326 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Inspection Engineering Const., Inc. 2973 Harbor Boulevard, #516 Costa Mesa, CA 92626 714 - 240 -9272 949 - 660 -8930 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 11 E insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self - insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. PA, 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on.the scope of protection afforded to City, its officers, officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 • 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. 0 ATTEST: CITY OF NEWPORT BEACH A Municipal C poration By: CLERK Mayor APPROVED AS TO FORM: CI ATTORNEY 25 INSPECTION E ay: GINEERING CONSTRUCTION, INC. Authorized Signature and Ti le CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 BOND NO„ .__0810986 Premium included in Performance Bond. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Inspection Engineering Construction, Inc., hereinafter designated as the "Principal," a contract for construction of 2004.2005 TRAFFIC SIGNAL UPGRADES, Contract No., 3764 in the City of Newport Beach, in strict conformity with the pians, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport. Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3764 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, Financial Pacific Insurance Company, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty Thousand, Two Hundred Eighty and 001900 Dollars ($330,280.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors., or assigns, jointly and severally, firmly by these present.. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California.. 041 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the Califomia Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et.. seq of the Civil Code of the State of California And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of May 2005.. Inspection Engineering Construction, Inc.. M (Principal) Authorized Signature/Title FINANCIAL PACIFIC INSURANCE COMPANY Name of Surety 3850 Atherton Rd. Rocklin, CA 95765 kddress of Surety (800) 470-2663 Telephone Authorized Agent Sig u Patricia Zenizo, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL-PURPCd c ACKNOWLEDGEMENT State of California County of Los Angeles On y,�y 12, 2005 before me, M. S. Rodriguez, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared PATRICIA ZENIZO Name(s) of Signer(s) �J personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persons) or the entity upon ���°•��o��••.•..••s••ee•••••••a•p•••: behalf of which the person(s) acted, executed the instrument. M .3. RODRIGUEZ RCOMM. • #1333289 Corporate Officer NOTARY PUBLfC - CALIFORNMA gVMY S LOS ANGELES COUNTY 2 = Comm, ExPhs January 2, 2006 = Attorney -in -Fact ❑ WITNESS my hand and offial seal. Signature of ---------------------------------------- OPTIONAL -------- --------- ------------- ----------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document.- Document ocument: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General JR Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General LIMITi.J POWER OF ATI JRNEY .Financial Pacific Insurance Company BOND NUMBER 0810986 POWER NUMBER 8 10986 PRINCIPAL Inspection Engineering Construction, Inc. PENALSUM $330,280.00 KNOW ALL MEN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"), does hereby make, constitute and appoint: Patricia Zenizo, Margaret Rodriguez, Vanessa Gutierrez, Pietro Micciche its true and lawful Attorneys -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings, recognizances or other written obligations in the nature thereof as follows: Bid, Performance, Payment, Subdivision and Miscellaneous Bonds up to $1,500,000.00 and to bind the Company thereby. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Financial Pacific Insurance Company at the meeting duly held July 6, 1995, which are now in full force and effect: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, unbdertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted such person. RESOLVED FURTHER, that any bond; undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company when signed and sealed (if a seal be required) by one or more attorneys -in -fact pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; any such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Financial Pacific Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 15th of March, 2004. `�UW�iiuurrrr =� SULY22 O.o_ i :a� ` Robert T. Kingsley, President Jo n R. Hollingshead, Secr tary 1986 STATE OF CALIFORNIA, COUNTY OF SACRAMENTO On this 15th day of March, 2004, personally came before me Robert T. Kingsley and John R. Hollingshead, to me known to be the individuals and officers of Financial Pacific Insurance Company, who executed the above instrument, and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. RES E ELLER .- COMM. 91471389 Wa> Notary Public-Callfomis y PLACER COIJWn S Rebekah Moeller, Notary Public My Comm. Exp. Feb 21, 2008 CERTIFICATE I, the undersigned Secretary of Financial Pacific Insurance Company, a California corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board o Directors set forth, and that the relevant provisions of the By -Laws of the Company, are now in full force and effect. Signed and sealed at Sacramento, this 12th day of May 2005. John ollingshead, Secretary Financial Pacific Insurance Company seal must be affixed CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 BOND NO., 0810986 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $5,954-00 being at the rate of $25.00/1st 100,000 and thousand of the Contract price,. $15.00 on balance. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Inspection Engineering Construction, Inc., hereinafter designated as the "Principal", a contract for construction of 20042005 TRAFFIC SIGNAL UPGRADES, Contract No. 3764 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference_ WHEREAS, Principal has executed or is about to execute Contract No. 3764 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Finnnrial Pacific Insurance Company, , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty Thousand, Two Hundred Eighty and 00/100 Dollars ($330,280.00) 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.. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond, Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City.. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF. Surety above named, on the 12th this instrument has been duly executed by the Principal and day of Ma 2005.. Inspection Engineering Construction, Inc„ (Principal) Authorized SignatureMtle FINANCIAL PACIFIC INSURANCE COMPANY Name of Surety 3850 Atherton Rd. Rocklin, CA 95765 Address of Surety (800) 470-2663 Telephone A thorized Agent Sign u e Patricia Zenizo, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL-PURPO;,c ACKNOWLEDGEMENT State of California County of Los Angeles On May 12, 2005 before me, personally appeared PATRICIA ZENIZO M. S. Rodriguez, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name(s) of Signer(s) personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. GM. S. RODRIGUEZ o WITNESS my hand and official seal. COMM. X1333289 S S NOTARY PUBLIC -CALIFORNIA $ 2 LOS ANGELES COUNTY 2 Myr Comm. Exon January 2,2M5 . Signature of N ry Publ' ----------------------------------- ----OPTIONAL----------------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: __ Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General JA Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1'133 09/00 ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: License Detail 0 11011 Page 1 of:2 License Detail CALIFORNIA CONTRACTORS STATE LICEN, Contractor License # 819133 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 05/06/2005 * * * Business Information * * * INSPECTION ENGINEERING CONSTRUCTION INC 2973 HARBOR BLVD #516 COSTA MESA, CA 92626 Business Phone Number: (714) 240 -9272 Entity: Corporation Issue Date: 04/23/2003 Expire Date: 04/30/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Additional Status Information * * * The license may be suspended on 06/01/2005 if the workers' compensation insurance polic filed with the CSLB. * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR http:// www2. cslb. ca. gov/ CSLB_LIBRARY/License +Detail.asp 05/06/2005 License Detail • Page 2 of 2 * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 243633 in the ami $10,000 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 02/02/2005 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) J< FAYEK DEAIFI certified that he/she owns 10 percent or more of the voting stock/equity corporation. A bond of qualifying individual is not required. Effective Date: 04/23/2003 * * * Workers Compensation Information * * * This license has workers compensation insurance with the GRANITE STATE INSURANCE COMPANY Policy Number: 9548950 Effective Date: 05/01/2004 Expire Date: 05/01/2005 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licei Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request ® 2005 State of California. Conditions of Use Privacy Pollcy http: / /www2. cslb. ca. gov/ CSLB_LIBRARY/License +Detail.asp 05/06/2005 F " ACOOORt„ ' CERTIFIC/N OF DATE (MMIDDIYY) LIABILITY INSU E 05/25105 PRODUCER Pacific Tristar Insurance Srv, Inc. THIS CERTIFICATE IS JREDASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 109 N. Mapel St. Suite G HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Corona, CA 92880 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (951)284 -0750 INSURERS AFFORDING COVERAGE NAIC # INSURED INSPECTION ENGINEERING CONSTRUCTION, INC. INSURERA: COLONY INS. CO. GENERAL LIABILITY INSURER B: LEADER INSURANCE INSURER C: GRANITE INSURANCE EACH OCCURRENCE 2973 Harbor Blv #516 - Costa Mesa, CA 92626 PREMISES SES Ea occurrence INSURER D: INSURER E: ❑ COMMERCIAL GENERAL LIABILITY GL 150659 09/30/04 COVERAGES THE POLICIES OF INSURANCE LISTED HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ IINSR 'LT AOO'L RD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MWD POLICY EXPIRATION -DATE(MWDDfyYI LIMITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000 PREMISES SES Ea occurrence 100,000 ❑ COMMERCIAL GENERAL LIABILITY GL 150659 09/30/04 09/29/05 MED EXP(Any one person) 15,000 ...- _ A Q ❑❑ CLAIMS MADE ❑ OCCUR ;,t❑ PERSONAL B ADV INJURY 1,000,000 `❑ 1 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 ❑ POLICY ❑ PROJECT ❑ LOC AUTOMOBILE LIABILITY ❑ AUTO 01935367 -3 COMBINED SINGLE LIMIT (Ea accident) 1,000,0000 BODILY INJURY (Per person) _ B Q ❑ ALL OWNED AUTOS © SCHEDULED AUTOS BODILY INJURY ❑ HIRED AUTOS ❑ NON OWNED AUTOS (Per accident) i i ❑ PROPERTY DAMAGE El (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHER THAN EAACC I [ I ❑ ANY AUTO AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE AGGREGATE ❑ OCCUR ❑ CLAIMS MADE ❑ DEDUCTIBLE ❑ RETENTION _ _ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 05/01/05 05!01106 U,/ U WC STATU- ❑ OTH- TORY LIMITS ER E.L. EACH ACCIDENT 11,000,000 C ANY PROPRIETOR /PARTNER /EXECUTIVE E.L. DISEASE - EA EMPLOYEE 1,000,000 OFFICER / MEMBER EXCLUDED? It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 OTHER i DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS RE: CONTRACT NO:3764 NEWPORT,CA. THE CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSUREDS AS PER BLANKET FORM CG2010 11/85 ATTACHED. (SEE ATTACHED DESCRIPTIONS) CERTIFICATE HOLDER CANCELLATION CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 92658 PUBLIC WORKS DEPT. SHOULD ANY OF THE ABOVE D [BED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THER NE I UING INSURER WILL ENDEAVOR TO MAIL '30 DAYS WR N NOdIC119v THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT URE TO D ALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KI PON THE IN AGENTS OR REPRES�ATIVES. *CRIPTI©NS (Continued fria Page 1) Primary wording is included per the attached. Waiver of subrogation is included as per attached CG2404 10!93. 10 Bay Notice of Cancellation for Non - Payment of Premium. This cancels and replaces the ceriincate issued on 05120103. AM525.3 {2001109) #104736 fF Poiicy Nui ter: �� f 50 ij _ Commercial General Liability a' THIS E DOF.SEMENT CHANGES THE POLICY • PLEASE READ IT CAREFULLY A7DITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endc ;erne:nt modifies Insurance provided under the following: C OMMERCIAL GENERAL LIABILITY COVERAGE; PART: SCHEDULE Name of F son ar Organizations: fib+ ^'mow t✓ u� ` r9 Any person c >rgan zation that the insured Is required by written contract �o name as an additional insured. City of Nev ort E each, its officers, agents, officials, employees and volunteers Public Wol ; Dal artment 3300 -Newp t Be; tab PO Box 17, Newport D ch, C A 92658 -8815 It Is further a sod t iat such insurance•�as is afforded by this policy for the benefit of the above Additional Insured(s) sh be p imary insuranoe as respects any claim, loss or liability arising out the Named Insured (s) operations, t I any other Insurance maintained by the Additional Insured(s) shall be excess and non- contributory t• i the nsurance provided hereunder. (if no entry ' .peal s above, information required to complete this endorsement will be shown in the Declaral 7s w applicable to this endorsement,) WHO IS AN JSUPED (Section[]) is amended to include as an insured the person or organization shownintht fiche, Pule, but only with respects to flabiifty arising out of "your work" for that insured, by or for yot CCti 2t1 t 0 9 � S 40 39Vd 93I 0E680996p6l 85:90 900L/9Z/L0 Policy Number: GL 150639 Commercial General Liability THIS ENDORSEMENT CHANGES THE POLICY — PLEASE READ IT CAREFULLY ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM 8) This endorsement modifies insurance provided under the following: CONEMERCIAL GENERAL LIABI rte' COVERAGE PART: SCHEDULE Name of Person or Organization: INSPECTION ENGINEERING CONSTRUCTION, INC. Any person organization that the insured is required by written contract to name as an additional insured City of Newport Beach, its officers, agents, officials, employees and volunteers Public Work Department 3300 Newport Beach P.O. BOX 170 New Port Beach, CA 92658-8915 RE: 2004 — 2005 TRAFFIC SIGNAL UPGRADES * CONTRACT 3764 It is thaher agreed that such insurance as is affurdcd by this policy for the benefit of the above additional insureds) shall be primary insurance as respects any claim, loss or liability arising out the name insured (s) operations, and any other insurance maintained by the Additional Insured(s) shall be excess and non- contributory with the insurance provided hereunder. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the schedule, but only with respects to liability arising out of "your work" or the insured by or for you. CG 20 10 115 Z0 /Z0 39Gd nSNI ?iViSIII OIAI :)Vd 99L0 -b8Z -606 99:GL 900Z/Z0/90 ACORD OF LIABILITY _ Tm C� PRODUCER Pacific Tristar Insurance Srv, Inc. 109 N. Mapel St, Suite G Corona, CA 92660 (951)284-0750 DATE (MM1DDYY) INSU CE ossros THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . INSURERS AFFORDING COVERAGE NAIC # INSURED INSPECTION ENGINEERING CONSTRUCTION, INC. 2973 Harbor Blv #516 Costa Mesa, CA 92626 L. INSURER A. COLONY INS. CO. TYPE OF INSURANCE INSURER B: LEADER INSURANCE POUCYEFFECTIVE DATE MMIO INSURER C: GRANITE INSURANCE LIMITS INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRj LTR ADD'L IN RD TYPE OF INSURANCE POLICY NUMBER POUCYEFFECTIVE DATE MMIO POLICY EXPIRATN}N DATE MM1DD LIMITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000 COMMERCIAL GENERAL LIABILITY GL 150659 09130/04 09/29/05 DAMAGE TO RENTED PREMISES Ea occurence 100,000 MED EXP(Anyone person) 5,000 A ❑❑ CLAIMS MADE ❑ OCCUR ❑ - PERSONAL & ADV INJURY 1,000,000 Ej GENERAL AGGREGATE 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG 2,000,000 ❑ POLICY ❑ PROJECT ❑ LOC AUTOM OB LE LIABILITY ❑ ANY AUTO 01935367 -3 09/09/04 09/09/05 COMBINED SINGLE LIMIT (Ea accident) 1,000,0000 B i ❑J ❑ ALL OWNED AUTOS © SCHEDULED AUTOS HIREDAUTOS ❑ NON OWNED AUTOS BODILY INJURY (Per person) BODILY INJURY (Per accident) ❑ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ❑ ❑ ANY AUTO ❑ OTHER THAN EA ACC AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE ❑ ❑ OCCUR ❑ CLAIMS MADE AGGREGATE ❑ DEDUCTIBLE El RETENTION 1—_... C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER f MEMBER EXCLUDED? WC- 805277-04 05/01/05 05 /01/06 ❑�IWC STATTU. ❑ ETRH- E.L EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYEE 1,000,000 If yes, describe under E.L. DISEASE - POLICY LIMIT 1,000,000 SPECIAL PROVISIONS below i OTHER _ DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER(S) ARE NAMED ADDITIONAL INSURED(S) AS PER ATTACHED ENDORSEMENT AND WITH RESPECT TO WORK PERFORMED. CONTRACT NO.3764. ADDITIONAL INSUREDS: THE CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS. INSUREDS AS PER BLANKET FORM CG2010 11185 ATTACHED. j CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF NEWPORT BEACH EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3300 NEWPORT BLVD *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NEWPORT BEACH, CA 92663 AUTHORIZED REPRPWFI E PUBLIC WORKS DEPT. ACORD 25 (2001/08) O ACORD CORPORATION 1988 6028C.2 ADDITIONAL INSURED (Prior Notice of Termination) This endorsement is a part of your policy. Except for the changes it makes all other terms of the policy remain the same and apply to this endorsement. It is effective at the same time as your policy, if issued with it. If issued at a later date the carrier, policy number and effective date must be shown. Issued by LEADER INSURANCE COMPANY of Birmingham, Alabama, or the LEADER INSURANCE COMPANY of Birmingham, Alabama, as shown by the company's name on the policy of which this endorsement is part. Named Insured: LEADER INSURANCE COMP Iff Policy number: 01935367-3 Coun ersigned: I�25' 2005 Effective date: 09/09/04-09/09/05 By; Agent 12:01 A.M. Standard Time It is agreed that Liability ----Coverage A of your policy is extended to the party named on the declarations page as an Additional Insured. The Additional Insured is subject to the provisions of the policy granting coverage to an Insured other that you. The Additional Insured: 1. has the same right of recovery under this policy as before; 2. is not liable for any premium or other expense under this policy; 3. is not a member of Leader Insurance Company of Birmingham, Alabama. This policy will not be changed or terminated as to the interest of the Additional Insured unless we give such insured notice. The number of days' notice we will give is ten unless another member is shown on the declarations page. President ADDITIONAL INSURED: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 ADDITIONAL INSUREDS: THE CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS CERTIFICATE HOLDERS COPY P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 P.O. BOX 1802 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ALPHARMA, GA 30023 MAY 25, 2005 GROUP: AIG INS POLICY NUMBER: WC -805277-04 CERTIFICATE ID: CERTIFICATE EXPIRES: 05-01-06 05-01-05/05-01-06 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT: ATTN SHARI ROOKS - PUB WORKS SPEC 3300 NEWPORT BEACH NEWPORT BEACH CA 92663 3612 BWL JOB #411 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstandi��.any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or mayaiii—,—the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. REPRESENTATIVE EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS J—\./ -- PRESIDENT $1,000,000 PER OCCURRENCE ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 05-01-05 IS ATTACHED TO AND FORMS A PART OF THIS POLICY NAME ADDITIONAL INSURED: ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 05-01-05 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 05-25-05 IS ATTACHED TO AND FORMS A PART OF THIS POLICY THIRD PARTY NAME: CITY OF NEWPORT BEACH 11: 21 FROM: Dov-��i�' 7149391654 TO:949 644 3319 P.1/1 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach, Date Received: �� -37 Dept./Contact !=received From: �SIJ-1(4MA C` Date Completed: - � 'Tr- Sent to: � By: 4Je nrt C Company/Person required to have certificate: _r1rJ cCi`12a Ftl i /'?7r- �+ � ✓1 �7I"ArC6 y✓I. 1. GENERAL LIABILITY co/1�7nM A: INSURANCE COMPANY: - !?Pk - B. B. AM BEST RATING (A: VII or greater): y C, ADMITTED Company (Must be California Admitted): Is Company admitted in California? i ,J` Yes o D. LIMITS (Must be $1M or greater): What is limit provided? f r"4 e(Y E PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? 71yes No F, ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? 12 Yes ❑ No H. CAUTION! (Confirm that Voss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 1I. AUTOMOBILE LIABILITY Lza A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): AX C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 2Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? f �+✓e,`f E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 24s ❑ No F. PRIMARY & NON-CONTRIBUTORY WORDING (f=or Waste Hal7;f nly): Is it included? ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified malt; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: `1 7� P� P14 rC B. AM BEST RATING (A: VI I or greater): C. LIMITS: Statutory D, WAIVER OF SUBROGATION (To include): Is it Included? erlyles ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? / ❑ Yes 5? -No IF NO WHICH ITEMS NEED TO BE COMPLETED? C -7Z - l MS, WGi✓(! � Go ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 20042005 TPAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders; has examined the Plans 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. 3764 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 2 Lump Sum Mobilization @ D/t Dollars and Cents Per Lump Sum Lump Sum Traffic Signal Modification at San Joaquin Hills Road and San Miguel Drive and Cents Per Lump Sum PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Traffic Signal Modification at San Joaquin Hills Road and Marguerite Avenue @ IW4 TA --Dollars and / , / I Cents Per Lump Sum 4. Lump Sum Remove and Construct P.C.C. Access Ramps @ e;4 � TA r JQA Aft -Dollars and Cents 0�, Per Lump Sum 5. Lump Sum Remove and Construct P.C.C. Median Nose @ Th,,4 _(t✓-.,- Des and ��✓�- -G'yh ents S Per Lump Sum 6. Lump Sum Furnish and Install L.E.D Signal Indications at 50 Existing Traffic Signal Locations @{ yrs and Per L mp Sum 7. Lump Sum Furnish and Install Opticom Emergency Vehicle Preemption Equipment at San Joaquin Hills Road and San Miguel Drive @ 19 j4 c TAoIVt ��✓�- and Cents $ 9/70(9(-- Per /70Di—Per Lump Sum PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. Lump Sum Furnish and Install Opticom Emergency Vehicle Preemption Equipment at San Joaquin Hills Road and Marguerite Avenue @ /2: ,Ic Th,,.., I3afta rs and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS Three� ,r1vr►,,� �l �'� -'� Tia �`�Q' s and Cents 3©j 2©r— Total Price (Figures) Date Bidder's Telephone and Fax Numbers Bidder Bidder's Authorized Signature and Title Bidder's License No(s). Bidder's Address er,1A �'ZG and Classification(s) f:\users\pbW�shared=ntracts\FY 04-0512004-2005 Traffic Signa! Modifications C-3764\PROPOSAL C3764.doc 0 0 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2.9 SURVEYING 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 0 0 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -15 CONTRACTOR'S LICENSES 7 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 9 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 9 201 -1 PORTLAND CEMENT CONCRETE 9 201 -1.1.2 Concrete Specified by Class 9 201 -1.6 Matching Concrete 9 SECTION 203 BITUMINOUS MATERIALS 9 203.1 PAVING ASPHALT 9 203 -1.1 General 9 SECTION 214 PAVEMENT MARKERS 9 214 -4 NONREFLECTIVE PAVEMENT MARKERS 9 214-5 REFLECTIVE PAVEMENT MARKERS 9 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 `J 300 -1.3.1 General 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion 10 10 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 11 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.4 Joints 11 303 -5.4.1 General 11 303 -5.5 Finishing 11 303 -5.5.1 General 11 303 -5.5.2 Curb 11 303 -5.5.4 Gutter 11 SECTION 310 PAINTING 11 310 -5 PAINTING VARIOUS SURFACES 11 310.5.6 Paint Traffic Striping, Pavement Markings, and Curb Markings 11 310 -5.6.6 Preparation of Existing Surfaces 11 310 -5.6.7 Layout, Alignment, and Spotting 12 310 -5.6.8 Application of Paint 12 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 12 312 -1 PLACEMENT 12 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 13 86 -1 GENERAL 13 86 -1.01 Description 13 86 -1.04 Equipment List and Drawings 13 86 -1.05 Warranties, Guarantees, and Instructions Sheets 14 86 -1.06 Maintaining Existing and Temporary Electrical Systems 14 86 -1.07 Scheduling of Work 15 86-2 MATERIALS AND INSTALLATION 15 86 -2.01 Excavating and Backfilling 15 86 -2.03 Foundations 15 86 -2.04 Standards, Steel Pedestals, and Posts 16 86 -2.05 Conduit (Rigid) 16 86 -2.05 Conduit (PVC) 16 86 -2.06 Pull Boxes 17 86 -2.08 Conductors 17 86 -2.09 Wiring 17 86 -2.10 Bonding and Grounding 18 86 -2.11 Service 18 0 0 86 -2.14 Testing 19 86-3 CONTROLLER ASSEMBLIES 20 86 -3.04 Controller Cabinets 20 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 21 86 -4.01 Vehicle Signal Faces 21 86 -4.02 Light Emitting Diode Signal Module 21 86 -4 -06 Pedestrian Signals 21 86 -5 DETECTORS 22 86 -5.01 Vehicles Detectors 22 86 -5.02 Pedestrian Push Button Assemblies 22 86 -6 LIGHTING 22 86 -6.01 High Pressure Sodium Luminaires 22 86 -6.01A High Pressure Sodium Lamp Ballasts 23 86- 6.01A(1)a Lag -Type Regulator Ballasts 23 86 -6.01A(1)b Lead Type Regulator Ballasts 24 86 -6.065 Internally Illuminated Street Name Signs 24 86 -6.07 Photoelectric Controls 24 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 24 OPTICOM PRIORITY CONTROL SYSTEM 25 BATTERY CABINET 25 SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM 26 EXHIBITS EXHIBIT A LED INSTALLATION LOCATIONS /QUANTITIES (12 ") EXHIBIT B LED INSTALLATION LOCATIONS /QUANTITIES (MIX 8" AND 12 ") EXHIBIT C OPTICOM INSTALLATION LOCATIONS EXHIBIT D BATTERY CABINET PLAN DETAILS DETAIL D TRAFFIC SIGNAL CABINET INSTALLATION LOCATION 1 DETAIL E TRAFFIC SIGNAL CABINET INSTALLATION LOCATION 2 f: \users\pbw\shared\contracts\FY 04 -05\04 -05 Traffic Signal Upgrades/SPECS INDEX C- 3764.doc • SP 1 OF 31 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2004 -2005 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3764 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- 5926 -5 and T- 5927 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) Standard Specifications and the Standard Plans of the State of California. Department of Transportation (2002 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction and the Standard Specifications and the Plans of the State of California. Department of Transportation as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of traffic signal modifications at the San Joaquin Hills Road /San Miguel Drive intersection and the San Joaquin Hills Road /Marguerite Avenue intersection, replacing incandescent indications with Light Emitting Diode (LED) indications at 50 existing traffic signal locations, and installing Emergency Vehicle Preemption (EVP) systems at two existing traffic signal locations." 2 -9 SURVEYING 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing • • SP2OF31 survey monuments are removed or otherwise disturbed during the course of work, the City will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Corner Records with the County of Orange. SECTION 3- -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4- -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. LJ SECTION 5 - -- UTILITIES • SP3OF31 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -8 SALVAGED MATERIALS. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3402. All existing LED indications shall be salvaged and delivered to the City. Contact George Bernard, Traffic Signal Technician at (949) 644.3348 to make arrangements for delivery. SECTION 6--- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a .schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 0 9 SP4OF31 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1'" the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 41, the first Monday in September (Labor Day), November 11`h (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 241", (Christmas Eve — half day), December 251h (Christmas), and December 31 n (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests: Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: °For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7-- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit • 9 SP5OF31 with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at htti)://www.city.newport- beach. ca. us /pubworks /I inks. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. 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. I. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 0 • SP6OF31 Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. 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 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 7 -10.4 Safety 9 SP7OF31 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs 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 letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C -10 or General A License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 0 SP8OF31 SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, 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 providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Signal Modification: Work under this item shall include, but not be limited to, providing and installing traffic signal controller cabinet, complete, traffic signal poles, pole foundations, signal heads, luminaires, conduit, wiring, pull boxes and all other work necessary to modify the traffic signal at the San Joaquin Hills Road /San Miguel Drive intersection. Item No. 3 Traffic Signal Modification: Work under this item shall include, but not be limited to, providing and installing traffic signal controller cabinet, complete, traffic signal poles, pole foundations, signal heads, luminaires, conduit, wiring, pull boxes and all other work necessary to modify the traffic signal at the San Joaquin Hills Road /Marguerite Avenue intersection. Item No. 4 Remove and Construct P.C.C. Access Ramps: Work under this item shall include, but not be limited to, removing existing improvements and constructing four (4) P.C.C. access ramps; two (2) at the San Joaquin Hills Road /San Miguel intersection and two (2) at San Joaquin Hills Road /Marguerite Avenue intersection, and all other work items as required to complete the work in place. Item No. 5 Remove and Construct P.C.C. Median Nose: Work under this item shall include, but not be limited to, removing the existing median nose, constructing a P.C.C. median nose, including stamped /colored concrete, modifying existing 3" conduit, abandoning an existing pull box at the San Joaquin Hills Road /San Miguel intersection, and all other work items as required to complete the work in place. Item No. 6 Furnish and install LED Signal Indications at 50 Existing Traffic Signal Locations: Work under this item shall include, but not be limited to, providing and installing 8" ball yellow and green LED signal indications, 12" ball yellow and green LED signal indications, 12" arrow yellow and green LED signal indications, and 12' red, yellow, and green PV (Programmable Visibility) signal indications. See Exhibits A and B. SP9OF31 Item No. 7 Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Newport Boulevard /Balboa Boulevard intersection: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators. See Exhibit C. Item No. 8 Furnish and install Opticom Emergency Vehicle Preempt Equipment at the San Joaquin Hills Road /Newport Coast Drive intersection: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators. See Exhibit C. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C -3250 and alternate Class ........ 201 -1.6 Matching Concrete. Add to this section: "P.C.C. to be reconstructed must match the characteristics of existing P.C.C., including color and pattern." SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this section: "All asphalt concrete used on the work shall be III- C3 -AR- 4000" SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." Pi PART 3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 0 SP 10 OF 31 Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Sold Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www.city. newi)o rt- beach. ca. us/GSV /Frach ised %20Hauters. htm." 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. • SP 11 OF 31 SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or 'W' for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and • • SP 12 OF 31 pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: -The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW - AWAY' signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 0 S SP 13 OF 31 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SECTION 86- -- SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 86 -1 General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles necessary to construct traffic signal and street drawings and as specified herein. Reference Specifications and Standard Plans except that furnished by the City, and shall perform all operations lighting facilities as shown on the (1) Standard Specifications (CSS) - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 2002. All references in this section to Standard Specifications shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans (CSP) - Except as modified herein, all references in this section to Standard Plans shall be understood to be referenced to the California Standard Plans, July 2002. (3) Codes, Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. The 1999 National Electrical Code will be the approved code for electrical work. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. 86 -1.01 Description Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 2002, and these Special Provisions. 86 -1.04 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. 0 ! SP 14 OF 31 Furnish one mylar reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram. 86 -1.05 Warranties, Guarantees, and Instructions Sheets The following paragraph shall be added to 86 -1.05: The Contractor shall guarantee the entire work constructed by him /her under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by the Contractor. The Contractor shall make, at their own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him /her that become evident within twelve months after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these Specifications, any part of the work which during the twelve -month period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written work orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and the Contractor's surety shall be liable to the City for the cost. 86 -1.06 Maintaining Existing and Temporary Electrical Systems The following paragraphs shall be added to 86 -1.06: Traffic signal system shutdown of the San Joaquin Hills Road /San Miguel Drive and the San Joaquin Hills Road /Marguerite Avenue intersections shall be limited to 4 -hour periods between the hours of 9:00 AM and 3:00 PM on weekdays (Monday through Thursday), except as authorized by the Engineer. "STOP AHEAD" and "STOP" signs shall be furnished by the contractor and shall conform to the provisions in Section 12 -3.06, "Construction Area Signs," of the Standard Specifications except that the base material for the signs shall not be plywood. Two "STOP AHEAD" signs and two "STOP" signs shall be placed for each direction of traffic. Locations of the signs shall be as directed by the Engineer. If deemed necessary by the Engineer, an approved digital message board. may be required. The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting as required. This wiring shall include operation of pedestrian push buttons. No exception shall be allowed unless authorized by the Engineer. Full compensation for furnishing, installing, maintaining, and removing temporary wiring, "STOP AHEAD" and "STOP" signs, and for covering signs not in use shall be considered as included in the contract lump sum price paid for 'Traffic Signal Modification" and no additional compensation will be allowed there for. • 86 -1.07 Scheduling of Work 0 SP 15 OF 31 The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Aboveground signal work shall be scheduled such that the signal turn -on shall occur within 15 days of the pole installation. The City of Newport Beach Public Works Department or City representative shall be notified a minimum of five working days in advance of beginning of modifications to channelization, signing, traffic signal and lighting systems. 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. 86 -2 MATERIALS AND INSTALLATION 86 -2.01 Excavating and Backfilling The following paragraph shall be added to 86 -2.01: At the discretion of the City Inspector, all excavated material shall be removed from the site and backfilled with compacted crushed aggregate or native base material and topped with temporary asphalt concrete on the same working day as removed (at a maximum 4 tot slope or a lip of inch) until permanent pavement is applied. A temporary alternative to backfilling, with permission of the Engineer, shall be the placement of steel plates with temporary asphalt concrete ramping at the edges. Such plating shall not be allowed for more than five (5) working days, after which backfill shall be required. The second and third sentences of the third paragraph of 86 -2.01 shall be deleted and replaced with the following sentence: All backfill shall be compacted to 95% relative compaction. 86 -2.03 Foundations Portland Cement Concrete (PCC) shall be Class 560 -C -3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. ® SP 16 OF 31 Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the CSS. All conflicting foundations shall be removed and shall become the property of the Contractor. All material removed for pole foundations shall become the property of the Contractor and shall be disposed of outside the site of work by and at the expense of the Contractor. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 86 -2.04 Standards, Steel Pedestals, and Posts Contractor shall furnish all nuts, bolts, washers, foundation anchors, and other hardware as required for all new and relocated equipment. Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 86 -2.05 Conduit (Rigid) Metallic conduit shall only be used to repair existing metallic conduit in kind. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.05 Conduit (PVC) New conduit shall be PVC The following paragraphs shall be added to 86 -2.05: All new conduks shall be Type 3, rigid, non - metallic (PVC, Schedule 80) unless shown otherwise on the plans. The installation of this PVC shall be from box to box with no field connections from galvanized to PVC allowed • • SP 17 OF 31 After conductors have been installed, the ends of conduit termination in pull boxes and controller cabinets shall be sealed with an Agency - approved type of sealing compound. The following shall replace the sixth numbered item of the third paragraph of 86- 2.05B: All new conduits installed between pull boxes shall be two -inch (53 mm) nominal diameter, unless shown otherwise on the plans. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. All new pull boxes shall be Number 6 unless shown otherwise. Pull boxes, pull box covers, and pull box extensions shall be concrete. No new pull boxes shall be installed in or within one foot of any curb ramp. Standard Plan Drawing ES -8, Pull Box Details, Note 4-a.5 and b.10, shall not apply to this project. 86 -2.08 Conductors 86 -2.08E shall be replaced with the following paragraph Traffic signal interconnect cables (SIC) shall not be spliced unless shown otherwise on the plan. The number of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. 86 -2.09 Wiring The following paragraphs shall be added to 86 -2.09: Ungrounded traffic signal conductors shall not be spliced. The first paragraph of 86- 2.09D, "Splicing" shall be deleted and replaced with the following: Conductors shall be run continuous from terminal block to terminal block, except that signal neutral conductors and multiple lighting circuit conductors may be spliced and soldered in pull boxes. Conductors No. 8 AWG or larger shall be spliced by the use of ® 0 SP 18 OF 31 "C shaped compression connectors and soldering. "Method B" as shown on CSP ES- 13A shall be used to insulate splices. Heat shrink tubing shall not be allowed. 86 -2.10 Bonding and Grounding Grounding jumper shall be attached by a 3116 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 Service The following will be added to tenth paragraph of 86 -2.11: The following items shown on CSS ES -2E, Type III -B Service (120/240 V) Equipment Legend shall not be required: Item No. Component Description 9 30A, 2PNO Contactor Sign Illumination Contactor 10 Photoelectric Unit Sign Illumination Photocell 13 15A, 120V, 1P, CB Flashing Beacon CB 14 30A, 240V, 2P, CB Sign Illumination CB 18 30A, 120V, 1 P, CB Ram Metering CB 19 20A, 120V, 1 P, CB I Irrigation CB 26 20A, 120V, 1 P, CB I Telephone Demarcation Cabinet CB The following items shall be provided as shown below: Item No. Component Description 16 30A, 120V, 2P, CB I Unmetered Lighting CB Type III Service Equipment Enclosures shall be fabricated from aluminum. A Type V PEC shall be furnished and installed in the Service Equipment Enclosure. The Type V PEC shall control the luminaires and Intemally Illuminated Street Name Signs. It shall be the contractors responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison and Telephone Company three days after award of contract. Contractor to determine and verify the exact location of electrical service and telephone service feed points. This will prevent slow progression of this project. 0 86 -2.14 Testing 0 SP 19 OF 31 The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The functional test for each lighting system shall consist of not less than fourteen (14) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. The sixth paragraph in 86 -2.14 shall be amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of any maintenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The eighth paragraph in 86 -2.14 shall be amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal shall be prior to 12 noon and shall not be on, nor shall the functional test start on a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least two working days prior to the intended turn -on. Turn -on shall be scheduled only for the hours between 9 AM and 12 Noon. If the scheduled turn -on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All signal heads and pedestrian heads shall remain covered prior to signal turn -on. The Contractor shall at his own expense, arrange to have a signal technician, qualified to work on the controller assembly and employed by the controller assembly manufacturer, present at the time the equipment is turned on. The following paragraphs shall be added to 86- 2.148: 'The City of Newport Beach Public Works Department shall be notified a minimum of two working days in advance of planned connection of the modified traffic signal to the traffic signal communications system, if the modified traffic signal is to be connected to the traffic signal communications system. 0 • SP 20 OF 31 Upon completion of installation of new SIC (if shown on the plans), the CONTRACTOR shall perform the following tests: A continuity measurement shall be performed for each conductor and the cable shield. Conductor resistance shall not be more than 10 ohms per 1000 -feet for each cable conductor and shield of the communications cable. The resistance shall be measured with an ohmmeter having minimum impedance of 1- megaohms per volt. The resistance of each pair shall be recorded and furnished to the ENGINEER. 2. An insulation resistance measurement shall be performed for each conductor and the cable shield. The insulation resistance shall be measured with all connections to the conductor or shield under test removed and all other conductors in the cable grounded. The measurement shall be made with a DC potential of not less than 360 volts and not more than 550 volts, applied for one minute. Insulation resistance of each cable conductor and the shield shall exceed 1000 meg -ohm miles. The insulation resistance of each conductor shall be recorded and shall be furnished to the ENGINEER. A signal attenuation test shall be performed on each cable pair of each cable in the system. The signal attenuation shall be measured with all connections to the system in place. The attenuation test shall consist of a measurement of circuit loss of the cable pair under test when a 2200 -Hertz electrical signal at 0.0 dBm is applied to one of the pair and the signal level is measured at the end points. The CONTRACTOR shall perform the tests and document the results. When the tests are completed, whether successful or not, the test results and the test data shall be furnished to the ENGINEER. Furnishing all materials, labor, and equipment for the testing of the SIC, recording of the data, and transmittal to the ENGINEER is considered part of the lump sum bid for "Traffic Signal Modification" and no additional costs will be allowed therefore." 86 -3 CONTROLLER ASSEMBLY 86 -3.04 Controller Cabinets The Contractor shall furnish and install a new Caltrans Model 332A traffic signal controller cabinet wired for future use with a Model 2070 traffic signal controller assembly and all auxiliary equipment necessary to provide the intended (future) operation. The Type 332A traffic signal controller cabinet shall conform to the January 1989 Caltrans Traffic Signal Control Equipment Specifications ( TSCES). The fourth paragraph of 86 -3 of the CSS shall apply to Type 332A traffic signal controller cabinets 6.2.6.3 of the TSCES shall be amended to read as follows: Two DPST Toggle Power Switches shall be provided. One switch shall be labeled "FLASH- AUTOMATIC" and shall be located within the police panel. One switch shall be • 01 SP 21 OF 31 labeled "ON -OFF" and shall be located inside the Model 332A cabinet and shall not be accessible from the police panel. Cabinets shall be constructed of sheet aluminum alloy 5051 with a minimum thickness of 0.125 -inch. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blowholes, and other irregularities. All welds shall be made by the Heliarc welding method. The Type 332A traffic signal controller cabinet shall utilize a Type 1 B housing. A Detector Activation Panel with momentary contact pushbutton switches for 8 vehicle phases and 4 pedestrian phases shall be provided, mounted on the front door of the cabinet, and connected to the wiring harness of the cabinet. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 Vehicle Signal Faces All new vehicle indications shall be nominal Light Emitting Diode (LED) indications, visors, shall be furnished with bronze terminal coml install Lingo Industrial Electric Model LESS compartments where indicated on the plans. , plates shall be composite. Top openings o neoprene gaskets. All new mounting N replacement signal heads. 12 -inch diameter (300 mm), furnished with and back plates. All new TV -1 -T indications iartments. The Contractor shall furnish and /1T (or Agency- approved equal) terminal 411 new vehicle indications, visors, and back f vehicle indications shall be sealed with irdware shall be used when installing 86 -4.02 Light Emitting Diode Signal Module All LED vehicle indications shall be Dialight brand (or Agency approved equal). The contractor shall furnish and install 8" yellow and green LED ball and arrow indications to replace all existing 8" incandescent yellow and green indications. The contractor shall furnish and install 12" yellow and green LED ball and arrow indications to replace all existing 12" incandescent yellow and green indications. The contractor shall furnish and install 12" red, yellow, and green PV LED indications to replace all existing incandescent red, yellow, and green PV indications. Existing light dimming circuitry in the PV heads shall be disabled by the Contractor when converted to LED indications. The completed PV light source conversions shall be programmable. Where indicated, new heads shall be furnished by the Contractor with the LED units installed. 86 -4.06 Pedestrian Signals All new pedestrian indications shall be Type A (Light Emitting Diode) Module with plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. • 86 -5 DETECTORS 86 -5.01 Vehicle Detectors • SP 22 OF 31 Sensor units shall be two channel, rack mounted, as manufactured by IDC Detector Systems, Model 262C, or Agency- approved equal. Loop wire shall be Type 2. Loop detector lead -in cable shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The Contractor shall test the detectors with motor - driven cycle, as defined in the California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor -driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. 86 -5.02 Pedestrian Push Button Assemblies 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 aLqns shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plan STD - 913 -L, and push button assemblies shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 86 -6 LIGHTING 86 -6.01 High Pressure Sodium Luminaires Luminaires shall be the full -cutoff type. Glare shields are not required on semi -cutoff or full -cutoff luminaires. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. 0 SP 23 OF 31 The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 200W (see plans) HPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A High Pressure Sodium Lamp Ballasts The twelfth paragraph in Section 86- 6.01A, "High Pressure Sodium Lamp Ballasts', of the Standard Specifications is amended to read: `Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." Regulator Type Ballasts, of the Standard Specification is amended to read: "Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86- 6.01A(1)a Lag -Type Regulator Ballasts Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. • • SP 24 OF 31 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 86- 6.01A(1)b Lead Type Regulator Ballasts Each lead type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -112 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 86 -6.065 Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. 86 -6.07 Photoelectric Controls Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT As determined by the Engineer, existing traffic signal controller assemblies, auxiliary equipment, traffic signal controller cabinets shall be salvaged. Traffic Engineering (George Bernard, Telephone 949.644.3348) shall be notified a minimum of two working days prior to delivery of salvaged equipment. • • SP 25 OF 31 All existing LED indications shall be salvaged and delivered to the City. Contact George Bernard, Traffic Signal Technician at (949) 644.3348 to make arrangements for delivery. Existing equipment removed and not reused shall become the property of the Contractor and shall be removed from the site by the Contractor. The Contractor shall provide all labor, equipment, and materials necessary to remove, salvage, transport, and dispose of equipment not reused. All labor, materials, equipment and other incidental items and expenses to remove, salvage, deliver, stack or dispose of salvaged traffic signal equipment and materials shall be provided by the Contractor and shall be considered to be included within the lump sum bid price for 'Traffic Signal Modification" and no additional compensation shall be allowed therefore. OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre -empt systems are to be furnished and installed by the Contractor except the Model 754, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be furnished in the new controller cabinets. Model 754, phase selection units and Model 760 rack, as manufactured by 3M Company, shall be furnished and installed in new or existing controller cabinet. Model 722 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be furnished and installed by the Contractor. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. BATTERY CABINET The battery cabinet shall be P/N FCU103980 or approved equal and made of Aluminum alloy and of a size and details as shown on EXHIBIT D on the following page. The battery cabinets for the Type 170 cabinets shall be natural aluminum and be mounted to the side of the signal cabinet at a height of 30" above the foundations. • • SP 26 OF 31 Specification for 24V Battery Back -up System For 170/2070 system Traffic Signals utilizing Light Emitting Diodes (LED) Traffic Signal Modules: The Contractor shall at his own expense, arrange to have a technician, qualified to work on the UPS assembly and employed by the UPS 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. GENERAL The battery back -up system (BBS) shall be designed for outdoor applications and shall include, but not be limited to the following: Inverter module with a built -in battery charging circuitry, batteries, a combined 30A Automatic Transfer Relay - manually operated non - electronic bypass switch (See Figure 1 on page 5 — BBS Block Diagram) and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. Inverter shall be rack mount (for future install into 332A cabinet) installed in the existing NEMA cabinet. The BBS shall be capable of providing power for full run -time operation for an "LED - only" intersection (all colors red, yellow, and green), an intersection with yellow only incandescent bulbs, or flashing mode operation for an intersection using Red LED's. 1.0 OPERATION 1.1 The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED - only" intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 watts of peak power. 1.2 The maximum transfer time from loss of utility power to switch over to battery backed inverter power shall be less than 65 milliseconds. 1.3 The BBS shall provide the user with 3 -sets of normally open (NO) and normally closed (NC) single -pole double -throw (SPDT) relay contact closures, available on a panel - mounted terminal block, rated at a minimum 120V /1A, and labeled so as to identify each contact. For typical configuration, see figure 2 on page 5. There shall be a LED indication when each relay is activated. All relays should be deactivated by turning the BBS switch to off. • • SP 27 OF 31 1.3.1 The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked "On Batt." 1.3.2 The second set of NO and NC contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked "Low Batt." 1.3.3 The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked "Timer." 1.4 Operating temperature for both the inverter module and the combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be -37 °C to +74 0C. 1.5 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be rated at 240VAC /30 amps, minimum. 1.6 The BBS shall use an internal temperature- compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV / °C per cell. 1.7 Batteries shall not be recharged when battery temperature exceeds 50 °C ±3 °C, and the battery charger should shut off. 1.8 BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC ±2VAC). 1.9 When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, 60Hz ±3Hz. 1.10 BBS shall be compatible with 170/2070 controllers and components for full time operation. 1.11 When the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. • • SP 28 OF 31 1.12 When the utility line power has been restored at below 125VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.13 BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14 In the event of inverter failure, battery failure or complete battery discharge, the 30A Automatic transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. 1.15 Recharge time for the battery, from "protective low - cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. 2.0 MOUNTING/ CONFIGURATION 2.1 Complete BBS, except batteries, shall fit inside a typical, fully equipped 332 Cabinet that includes one 170 or 2070 controller. 2.2 Mounting method shall be shelf - mount, rack- mount, swing -tray or combination of either. Front - mounted available rack space is 3U or approximately 6 inches. 2.2.1 Inverter Unit shall be shelf- mounted, and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2 All batteries shall be located in the battery cabinet, see Exhibit "E ". 2.2.3 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be mounted on the EIA rail or shelf mounted. 2.3 All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. 2.4 All interconnect wiring provided between the combined 30A Automatic Transfer Relay - Manual Bypass Switch and Cabinet Terminal Service Block shall be no less than 2 meters of #10 AWG wire. • • SP 29 OF 31 2.5 Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 2 meters of #18 AWG wire. 3.0 MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 3.1 The BBS shall include a display and/or meter to indicate current battery charge status and conditions.3.2 The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. 3.3 The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4 The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 3.5 The BBS shall include a resettable front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters should be resettable. 3.6 Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999, Chapter 1 Section 1.2.4.2. 4.0 BATTERY SYSTEM 4.1 Individual batteries shall be 12V type, 65 Amp -Hour or 105 Amp -Hour maximum, and shall be easily replaced and commercially available off the shelf. 4.2 Batteries used for BBS shall consist of 2 to 4 batteries with a cumulative minimum rated capacity of 105 Amp - Hours, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4.3 Batteries shall be deep cycle, sealed prismatic lead - calcium based AGMNRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid) group 24 or group 31. 0 • SP 30 OF 31 Batteries shall be certified by the manufacturer to operate over a temperature range of — 25 °C to +74 °C. 4.5 The batteries shall be provided with appropriate interconnect wiring and corrosion - resistant mounting trays and /or brackets appropriate for the cabinet into which they will be installed. 4.6 Batteries shall indicate maximum recharge data and recharging cycles. 4.7 Battery interconnect wiring shall be via modular harness. 4.8 Battery terminals shall be covered and insulated so as to prevent accidental shorting. WARRANTY Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance by the State. Batteries shall be warranted for full replacement for two (2) years from date of purchase. The warranty shall be included in the total bid price of the BBS. Fig 1: MANUAL BYPASS SWITCH (TYPICAL) AC Line to Transfer Relay and inverter W AC Line from Transfer Relay and inverter NO NO 111.7 Utility Line Power Notes: 1. TB - #8 Terminal Blocks 2. NO - Normally Open 3. NC - Normally Closed m AC Power to 332 cabinet • 0 SP 31 OF 31 4. NO /NC contacts shall all toggle simultaneously with one single manually operated switch. 5. Manual Bypass Switch shall only switch line. Neutral and Equipment Ground are not switched and shall be connected to NEMA cabinet buses. FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) On Batt Low Batt Timer ►i� 1i1 ►i1 ►�� ►�� ►i� ►i� ►i� ►i1 NO Notes: 1. C NC NO C NC NO C NC NO /NC contacts may either share or sue separate commons F:\USERSIPBWNShamd\Contracts \FY 040504 -05 Traffic Signal Upgrades G 3764 /SPECS C- 3764.doc 0 (f) SIGNAL LOCATIONS FOR LED INSTALLATIONS SUMMER 2004 -2005 TOTAL LED'S 379 379 116 99 bu 60 . bu EXHIBIT A f:usem /Db+' /shared4raffiU20D4 LED summer installagoNREV 05 WO cost 12" 12" ARROWS I P.V. GRN YEL GRN IYEL JGRN YEL IRED AVCADO AT CORONA DEL MAR PLAZA- LIBRARY 8 8 8 6 2 2 r 2 AVOCADO AT FARALLON 14 14 2 2 BALBOA AT MAIN 1 1 3 3 3 BALBOA AT PALM 8 8 2 2 BALBOA AT AT 15TH ST 12 12 4 4 BAYVIEW PL AT BAYVIEW CIR- BAYCREST 10 10 6 2 2 2 2 BIRCH ST AT DOVE ST. 11 11 BIRCH ST AT VON KARMAN 8 8 8 8 BISON AT BAYSWATER 13 F-1-37 4 4 2 2 2 BISON AT COUNTRY CLUB - LIBERTY BAPTIST 12 1 12 2 2 2 2 2 BONITA CANYON AT CHAMBORD 10 10 3 2 1 1 1 CAMPUS AT DOVE 11 11 2 2 CAMPUS AT QUAIL 11 11 2 2 2 2 2 DOVER AT CLIFF DR 9 9 3 2 1 1 1 DOVER AT 16TH /CASTAWAY 10 10 2 2 2 2 2 FORD RD AT CANYON ISLAND-SOUTHERN HILLS 15 15 IRVINE AVE AT SANTA ISABEL Inst. Inst. Inst. Inst. 1 1 1 MESA AT ACACIA - MESAIBIRCH 14 14 6 5 4 4 4 NEWPORT AT 32ND 9 9 2 2 2 NEWPORT CENTER AT CORPORATE PLAZA 14 14 2 2 2 2 2 NEWPORT CENTER AT NPT CENTER E &W 13 13 6 6 4 4 4 NEWPORT CENTER AT SAN MIGUEL 10 10 2 2 11 2 2 2 NEWPORT CENTER AT SANTA BARBARA 14 14 2 2 2 2 2 NEWPORT CENTER AT SANTA ROSA 8 8 3 3 3 3 3 PLACENTIA AT 15TH ST. 13 13 9 4 SAN CLEMENTE AT SANTA CRUZ 12 12 6 6 SAN JOAQUIN HILLS RD AT CROWN DR 10 10 SAN JOAQUIN HILLS RD AT SANTA CRUZ- BIG CY 12 12 4 4 4 4 4 SAN JOAQUIN HILLS RD AT SANTA ROSA- BIG CY 12 12 5 5 4 4 4 SAN JOAQUIN HILLS RD AT SPYGLASS 12 12 4 4 SAN MIGUEL AT PACIFIC VIEW 12 12 4 4 SAN MIGUEL AT PORT RAMSEY 9 9 4 3 SAN MIGUEL -PORT SUTTON I YACHT COQUETTE 11 11 6 4 2 2 2 SANTA BARBARA AT SAN CLEMENTE 9 9 2 2 1 1 1 SUPERIOR AT HOSPITAL RD. 11 11 SUPERIOR AT PLACENTIA 12 12 2 2 2 2 2 TOTAL LED'S 379 379 116 99 bu 60 . bu EXHIBIT A f:usem /Db+' /shared4raffiU20D4 LED summer installagoNREV 05 WO cost (8) 9 0 SIGNAL LOCATIONS FOR LED INSTALLATIONS MIX 8" & 12" Heads SUMMER 2004 - 2005 TOTAL LED'S f:usersfpbw /sharedttmfiU2004 LED B -12 mix EST.xis W O cost 74 75 65 70 17 17 17 28 24 EXHIBIT B 12" GRN 12" YEL 8" GRN 8" YEL GRN P.V YEL RED ARROWS GRN YEL BALBOABL. AT RIVERAVE. 5 5 4 4 2 2 2 1 1 BALBOA BL. AT 32ND ST. 4 5 4 4 2 2 2 1 1 BAYSIDE DR AT PROMONTORY PED X -ING 2 2 4 4 BIRCH ST. AT QUAIL ST. 4 4 8 8 BISON AVE. AT CAMELBACK ST 4 4 5 5 2 2 2 4 4 IRVINE AVE. AT DOVER DR. 119TH ST. 3 3 7 9 2 2 2 2 IRVINE AVE. AT HIGHLAND DR 120TH ST. 4 4 5 6 1 1 1 3 3 IRVINE AVE. AT SANTIAGO DR. 6 6 5 7 2 2 2 2 NEWPORT BLVD. AT 28TH ST. 4 4 5 5 NEWPORT AT 30TH 9 9 4 4 NEWPORT CENTER AT FARALLONIGRANVILLE 6 6 6 6 4 4 SAN JOAQUIN HILLS RD AT SAN MIGUEL 8 8 4 4 4 5 5 SUPERIOR AVE. AT TICONDEROGA ST. 10 10 2 2 4 4 UNIVERSITY DE. AT LA VIDA 5 5 6 6 2 1 2 2 2 2 TOTAL LED'S f:usersfpbw /sharedttmfiU2004 LED B -12 mix EST.xis W O cost 74 75 65 70 17 17 17 28 24 EXHIBIT B �evup � Blvd LP/ Construction Notes 1. Provide and install Opticom (3M) detectors as shown on the plan. 2. Provide and install 2 ea. Opticom (3M) Model #762 Phase selectors at each intersection. One 560 detector rack shall be supplied and installed. 3. Provide and install approx. 300ft of Model #M138 Opticom detector cable at each intersection. 4. Turn on and Testing shall be SAN completed by an approved Mfg. Representative. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT gP� OPTICOM INSTALLATION AT Balboa Blvd at 23rd, Street Newport Coast Dr, At San Joaquin Hills Rd. I DRAWN_RON DATE_ 4 /7 / 05. APPROVED TRAFFIC ENGINEER R.E. NO DRAWING NO. EXHIBIT "C" S d P/N FCU10398 .7.0 TYP. SECTION A —A FRONT VIEW OPEN DOOR V TOP VIEW LIE m FRONT VIEW MA T FRIAL - ALUMINUM ALLOY ,125 THICK 5052 -H32, SURFACE SHALL HAVE A NATURAL ALUMINUM MILL FINISH, PAINT - OPTIONAL DOORS & LOCKS - DOORS ARE NEMA 3R CONSTRUCTION WITH NEOPRENE GASKET, RAIN TIGHT CONTINUOUS HINGE .075 THK. ALUM. WITH STAINLESS STEEL PIN, SECURED BY 1/4 -20 S CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES DOOR AT TOP, 9070M AND CENTER WITH A J2 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM. BAR W/ 1' NYLON ROLLERS, MAIN DOOR HANDLE STEEEL, BRUSH ZINC PLATED. SHF� Iy c - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF 15 6.25m DEEP. VENTILATION.- A VENT PATTERN IS PROVIDED ON THE UNDERSIDE OF THE COVER OVERHANG, LOUVER SLOTS ARE 'FORMED IN THE LOWER PART OF THE MAIN DOOR, THIS CREATES A NATURAL MOVEMENT OF AIR AND HAS A COOLING AFFECT ON ELECTRICAL EQUIPMENTS, AND IF SPECIFICATIONS CALL FOR EXHAUST FAN, PROVISIONS ARE MADE TO ACCOMODATE THE FAN, THE INTAKE AND THE EXHAUST IS RAN TIGHT AND WILL NOT DRAIN WATER INTO CABINET. RIGHT SIDE EXHIF3frD North San Joaquin Hills Rd 1 Ex. ICC�-- New 2" Conduit for Edison service. Contact Edison for future connection to Exist. Vault. Install Pull rope to new service cabinet —� Protect In Place Install Battery Back up Cabinet Replo #6 Repl=, Pull Box Ex. Cabinet Pull sox & Service New ,�, (to Remain) Type III 14W ),3* Service p4 / /�o�a�f New 2" Conduit w/ 3- #3 THHN & w/i - #8 Copper Ground NOTE: 1. Pull Boxes shall be replaced with # 6 size pull boxes. All existing and new conduit runs shall be installed with 45 degree sweeps. 2. All existing conduit shall be protected in place. 3. Concrete shall be replaced score line to score line. 3/8/05 New 332 1 I Qj Cabine Q d d 3 d YE Ex. Conduit ( to remain) New 2- 3" Conduit in place North D c a y San Joaquin Hills Rd. 1- 2" Conduit w/ 3- #3 THHN & 1 - #8 Copper Ground New 2 "conduit for Edison service _. Contact Edison for future connection to existing Vault. Install pull rope to New Service Cabinet. Ust conduit Ito remain) New New Type III 332 Service Cabinet Now 2- 3' CDrIdut Conduit #6 Pull Box New — 2" Conduit Replace #6 Pull Box Replace teiminaflon CondA with 450 sweeps — Ezist.ICc j EX. Cabinet (To Remain ) 2-3" Conduit NOTE: 1. Pull Boxes shall be replaced with 1.2" Cando #6 size Pull Boxes. All existing and Ito remain) new conduit runs shall be Installed with 45 degree sweeps. 2. All existing conduit shall be protected in place 3. Concrete shall be replaced score line to score line. 3/8/05 — Exist. 2" Conduit (to remain) Install Battery Back up Cabinet East. Service I to remain) j.; 2005 E CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C -31 �q c381 100 -awe) Agenda Item No. 8 May 24, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers, Associate Civil Engineer 949 - 644 -3311 bsommers@cky.newport-beach.ca.us SUBJECT: 2004 -2005 TRAFFIC SIGNAL UPGRADES -AWARD OF CONTRACT NO. 3764 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3764 to Inspection Engineering Construction for the Total Bid Price of $330,280, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $33,000 to cover the cost of unforeseen work. 4. Approve a budget amendment in the amount of $201,968.00 from the unappropriated balance of the Transportation and Circulation Fund, 260 -3605, to Account No. 7261- C5200068. DISCUSSION: At 10:00 A.M. on May 5, 2005 the City Clerk opened and read the following bids for this project: BIDDER Low Inspection Construction Engineering 2 Econolite 3 . Steiny and Company 4 Pouke & Steinle,.Inc. 5 Dynalectric TOTAL BID AMOUNT $330,280.00 $363,741.00 $396,941.00 $397,410.00 $397,729.00 The low total bid amount is 15 percent below the Engineer's Estimate of $388,000. The low bidder, Inspection Engineering Construction, possesses a California State Contractors Subject: 2004 -2005 Traffic Sigopupgrades — Award of Contract No. 3764 • Date: May 24, 2005 Page: 2 License Classification "General A" as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities. The 2004 -2005 Traffic Signal Upgrades project consists of the following three components: 1. Renovation of the existing traffic signals at the San Joaquin Hills Road /San Miguel Drive and the San Joaquin Hills Road /Marguerite Avenue intersections. 2. Installation of Emergency Vehicle Preemption (EVP) systems at the Newport Boulevard /Balboa Boulevard and the San Joaquin Hills Road /Newport Coast Drive intersections. 3. Relamping traffic signal indications at 50 locations with light emitting diode (LED) indications. Renovation of the San Joaquin Hills Road /San Miguel Drive and the San Joaquin Hills Road /Marguerite Avenue intersections will consist of replacing old equipment, including wiring, traffic signal heads, pedestrian heads, pedestrian push buttons, and other equipment necessary to maintain the existing traffic signal operation. The EVP system installation at the Newport Boulevard /Balboa Boulevard and the San Joaquin Hills Road /Newport Coast Drive intersections is part of an on -going cooperative effort between the Public Works Department and Fire Department to improve emergency response within the City. The LED traffic signal indication relamp component of this contract is the final phase to meet the California Energy Commission mandate in an effort to reduce energy consumption. The mandate prohibits the installation of incandescent light bulbs into a traffic signal indication that have a production date later than March of 2003. This contract will complete the installation LED indications in City maintained traffic signals. This portion of the contract was not included in the current year's CIP program and therefore requires a budget amendment to award the contract. Per the Contract Specifications the Contractor will have 80 consecutive working days to complete the work. Environmental Review: Categorically Exempt under Chapter 3, Article 19, Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. This exemption covers maintenance and repair of existing traffic signal facilities. Subject: 2004 -2005 Traffic Signalopgrades — Award of Contract No. 3764 Date: May 24, 2005 Page: 3 Funding Availability: Upon approval of the recommended budget amendment, sufficient funds will be available in the following accounts for the project: Account Description Transportation and Circulation Gas Tax Prepared by: (I �2p� Brad Sommers Associate Civil Engineer Attachments: Bid Summary Budget Amendment Account Number 7261- C5200068 7181- C5200408 Total: Submitted by: Amount $347,280.00 $16,000.00 $363,280.00 G. Badum orks Director CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE 2004 -2005 Traffic Signal Upgrades Engineer's Estimate CONTRACT NO.: C3674 ENGINEER'S ESTIMATE: $388,000.00 PROJECT MANAGER: Brad Sommers BID LOCATION: City Clerk's Office - City Hall DATE: 05- May -05 TIME: 10:00 a.m. BY: CHECKED: DATE: f: lus ers\ybwlsharedlcontracn00-011181D SUMMARY Page t Engineer's Estimate Inspection Engineering Const. Econolite Steiny and Company ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 3,000.00 3,000.00 1,500.00 1,500.00 100.00 100.00 5,400.00 5,400.00 2 Traffic S' nal Mod - SJHRISan RAI uel Dr 1 LS 90,200.00 90,200.00 81,000.00 81,000.00 97,082.00 1 97,082.00 103,755.00 103,7M.00 3 Traffic S' nal Mod - SJHRIMa uerite Ave 1 LS 70,600.00 70,600.00 52,000.00 52,000.00 65,476.00 65,476.00 77,377.00 77, 0 4 Remove and Construct PCC Access Ram 1 LS 16,000.00 16,000.00 8,600.00 8,600.00 28,446.00 28,446.00 22,609.00 22,6 .00 5 Remove and Construct PCC Median Nose 1 LS 8,000.00 8,000.00 3,780.00 3,780.00 7,907.00 7,907.00 23,403.00 23,403.00 6 FumishAnstall LED Signal Indications at 50 Ints. 1 LS 184,200.00 184,200.00 164,000.00 164,000.00 143,826.00 143,826.00 145,569.00 145,569.00 7 Furnish/Install EVP S - SJHRISan Miguel Dr 1 LS 8,000.00 8,000.00 9,700.00 9,700.00 10,907.00 10,907.00 10,165.00 10,165.00 8 Fumishllnstall EVP S - SJHRIMa uerite Ave 1 LS 8,000.00 8,000.00 9,700.00 9,700.00 9,997.00 9,997.00 8,663.00 8,663.00 EE 1 388,000.00 1 LOW 1 330,280.00 1 2ND 1 363,741.00 3RD 396,941.00 f: lus ers\ybwlsharedlcontracn00-011181D SUMMARY Page t Pouke & Steinle, Inc. nalectric ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 1,500.00 1,500.00 2,778.00 2,778.00 2 Traffic Signal Mod - SJHRlSan Miguel Dr 1 LS 115,400.00 115,400.00 116,193.00 116,193.00 3 Traffic S' nalMod- SJHRIMa uedteAve 1 LS 83,700.00 83,700.00 81,175.00 81,175.00 4 Remove and Construct PCC Access Ram 1 LS 13,440.00 13,440.00 12,626.00 12,626.00 5 Remove and Construct PCC Median Nose 1 LS 4,360.00 4,360.00 2,851.00 2,851.00 6 Fumishtinstall LED Signal Indications at 50 Ints. 1 LS 158,410.00 158,410.00 159,176.00 159,176.00 7 Fumishllnstall EVP S - SJHRISan Miguel Dr 1 LS 10,820.00 10,820.00 11,465.00 11,465.00 8 FumistJlnstall EVP Sys - SJHR/Ma uehte Ave 1 LS 9,780.00 9,780.00 11,465.00 11,465.00 4TH 397,410.00 5TH 397,729.00 f: lus ers\ybwlsharedlcontracn00-011181D SUMMARY Page t of Newport Beare NO, BA- 061 BUDGET AMENDMENT 2004 -05 AMOUNT: S2ol,sss.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND �X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated fund balance for Traffic Signal Upgrades. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account Description Transportation & Circulation -Fund Balance Description Amount Debit Credit $201,968.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7261 Transportation & Circulation Account Number C5200068 Traffic Signal Installation/Upgrades $201,968.00 Division Number Account Number Division Number Account Number Division Number Account Number • Automatic System E Signed: FinaIncial Approval: Administrative Services Director Date Signed: '/> "�+ Ct• 1� I - 5 -1b—m Adminis ative Approval: City YAanager Date Signed: City Council Approval: City Clerk Date