Loading...
HomeMy WebLinkAboutC-3975 - Traffic Signal Modernization Phase 1 - Newport CenterCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Lellanl 1. Brown. MMC April 15, 2010 Mr. Chris Pesavento, President & CEO KDC, Inc., dba Dynalectric 4662 Corporate Center Drive Los Alamitos, CA 90720 Subject: Traffic Signal Modernization Project - Phase I (C -3975) Dear Mr. Pesavento: On April 14, 2009, the City Council of Newport Beach accepted the work for subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 9, 2009. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond numbers are 105105041 -TR, 6572535 -SA, and 82156023 -FE. Enclosed is the Faithful Performance Bond. Sincerely, Leilani 1. Brown, 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 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 106106011 -TR 6672635 - SA BOND NO. 82166023 -FE FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,044 being ai the rate of $ TR- W%7.6Yefn M- 20%9.spmn,FE20%1.spwm thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the 'Principal', a contract for construction of TRAFFIC SIGNAL MODERNIZATION CONTRACT — PHASE 1, Contract No. 3975 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. 3975 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; Tmv*WsC Ily w4 SUMV COMMM of Amwka NOW, THEREFORE, we, the Principal, and 60*.In� Cwwmo+Am.neer ammuftsn�c4opow , 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 Eighty-Two Thousand, Four Hundred Sixty -Five and 551100 Dollars ($382,465.55) 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 kepi 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. P11 0 0 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 lime, 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 he extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly a ed by the Principal and Surely above named, on the gem day of r , 2 KDC, Inc., dba Dynalectric (Principal) Trawrrs Casually and Surely Company of Amuka. Saleco Inwaance company of Amuka 6 Fedwal Insurance Company Name of Surety 343 Thoma0 St., Edison, NJ 09937 - TR 1200 Macarthur Blvd., Mahwah. NJ 07430- SA 16 Mo Main New FW Warren, NJ 07069 - FE Address of Surety 772-321 -900 - TR, 201 -M-a63 - $A 6 908.903-7923. FE Telephone B. S CFO / ' / ���.�r►� RMa SagWano, Attorneyb>fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA AL4PURPOSE ACKNOWLEDGMENT Slate of California -- County of iOrange 0 On vim . 1 K70g before me, ___ Rosemart 11 Yi, Notary Public Dn. personally appeared William B. Davenport na n COmWAMon 1 16773" � ►f'OIOr► V#Aft • CoMforrtlo i Ora10e COaMY ! WCbnaMMWUJ021,7010 It who proved to me on the basis of satisfactory evidence to be the person(ts) whose name(tq is/alocsubscribed to the within instrument and acknowledged to me that he/sbsMelif executed the same in hisftklbDk authorized capacity(fe� and that by hL%ftm Ikt* signaturells) on the instrument the persons or the entity upon behalf of which the person(o acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Calitomia that the foregoing paragraph is true and correct. WITNESS my hand an official s Pm �.omy 9.r ad.. Signature .. ' a,wwe _- -- OPnONAL Tbm gn Ina nbrmation below S not raouVad by law . it may pr" valuable to persbrtc ralying on " dooUrtWt and Could prawrmr haudulanr removal and r"rra&~t of b-a form to ariolfw document Description of Attached Document Title or Type of Document:._ ^.r Ni 14I P1cv {dv*"0N[L L DV1 Document Dale: _ MAy 2i�uoP �i _ Number of Pages: �• __ S"r(s) Other Than Named Above: _ QI ('+a 94411 OO _ Capadty(les) Clakned by Signer(a) Signer's Name: William B. Davenport ra Name v individual ❑ I ual XI Corporate officer — Title(s): Se=gtary 6 CFO (_l Corpo C O Partner — 7 Limited U General U Partner — _ O Attorney in Fact 0 Attorney in f U Trustee °1 a"mb ❑ Trustee O Guardian or Conservator ❑ Guardian or ❑ Other: _— ❑ Omer Signer Is Representing KDC Inc. Signer b dba Dynalectric dba KDC Systejns — Title(s)' — led O General oiamNwwNO4ra.m.M.amaemw.vo 9o.NM•prvw.aiN.d 6131axIR•.urN+uWM + nw Mnlaaol 1 0110V"Wlmoaraem POWER OF ATTORNEY TRAVELERSFarmington Casualty Company SL Paul Guardian Insurance Company IFTdelity and Guatanly Insurance Company St. Not Mercury Insurance Company Fidelity and Guaranty Insurance Underwrilen, Inc. Travelers Casualty and Surety Company Seaboard Surely Company Travelers Casualty and Surety Company of America St. Paul Floe and Marine Insurance Company United States Fldelity and Guaranty Company Altorney -In Fact No. 219656 Certificate No. 0 0 2 3 5 6 2 6 2 KNOW ALL MIEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the Stare of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company. Trawlm Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut. that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insursnce Company is a corporation dul) organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (bervin collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz• Susan Lupski, Robert T. Pearson, Mary Alice J. Corbett, and Camille Maitland of the City of Garden City _. Sunc of New York _ , their true and Lawful Aromey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign. execute, seal and acknowledgc any and all bonds, reoogruzanees, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their`b_usjnrss of anteeing the fidelity of persons, guaranteeing the performance of cumrecu and executing or guaranteeing bonds and undertakings required or mlt�t . of �aoeedings allowed by law. �� WHEREOF. `l``� ` �,`- `M``,r 18th IN de of February the CommW have caused this in seals to be hereto affixed. this Y Fcb AAMMSS 111 Farmngton Casualty C�`_�,y+'Y� �1,� �`��r St. Pad Gasrdlan Insurance Company Fidelity and Guaranly l�Dm PP��q�� St. Paid M Insurance Company Fidelity and Guaranty lnsutr� ercury Underwt�tT•rs, Inc. Travelers Casualty and Surely Company Seaboard Surety Company Travelers Casualty and Surety Company of Aseerks, St. Pail Fire and Marine Insurance Company United States Pidellly and Guaranty Company �'"4. arF p • •• ern py W �rrq Me yp2 CAL ���•L�S State of Connecticut City of Hanford ss. On this the 18th day ofd 2008. before me personally appeared George W. 71wmpson, who acknowledged himself to be the Senior Vice President of Famsington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriter, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company. SL Paul Guardian Insurance Company, St. Paul Mercury lusurance Company, Travelers Casualty and Sunny Company. Travelers Casualty and Surety Company of Arnica and United States Fidelity and Guaranty Company, and that be, as such, being authorized so to do, eaecuWd the foregoing instrument for the purposes therein contained by signing on behalf of the owporatiots by himself as a duty authorized officer. p Tq In Wimeas Wheteo4 I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. A * 14 1f 584405 -07 Printed in U.S.A. Marie C. Teruuk Navy Pualic • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC June 9, 2009 Mr. Chris Pesavento, President & CEO KDC, Inc., dba Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 Subject: Traffic Signal Modernization Project - Phase I (C -3975) Dear Mr. Pesavento: On April 14, 2009, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on April 24, 2009, Reference No. 2009000202400. The Sureties for the contract are Travelers Casualty and Surety Company of America, Safeco Insurance Company of America, and Federal Insurance Company and the bond numbers are 105105041 -TR, 6572535 -SA, and 82156023 -FE. Enclosed is the Labor & Materials Payment Bond. Uty Uerk - 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 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 7061050/1 - TR 6572636 - SA BOND NO. 62156023 -FE LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, Stale of California, by motion adopted, has awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal,` a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 1, Contract No. 3975 in the City of Newport Beach, in strict conformity with the plans. drawings. specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3975 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 Surely on this bond will pay the same to the extent hereinafter set forth: TwskmC Uaq�9ur"y CrW" FOR£, We the undersigned Principal, and, Ww 0"MM"C � 946M«k.4. Fea»aM.u,.M.C� duly authorized to transact business under the laws of the Stale 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 Elghty -Two Thousand, Four Hundred Sixty-Five and 55/100 Dollars ($382,465.55) 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 terns 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 speed 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. KH • The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be 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 Surely from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly ex &ted by the above named Principal and Surety, on the ZBiA day of May /- 2008. KDC, Inc., dba Dynalectric (Principal) Travelers Casualty and Surely Company of America, Waco ku ranee Company of America & Federal Insurance Company Narne of Surety 743 Thornal 91., EdIson, NJ 08877 -TR 1100 Macartlwn Blvd., MWWak NJ 07470 - SA 16 M9%1114n view Rd.. Wanan. NJ 07068 - Fe Address of Surely 732-321-MM - 7R. 101-327.0783 - SA & 908407.7923 - FE Telephone NILL B. NIPMNMUARY & CFO ulA horized AgeQ Signature Rga Sogistano, An tyJl Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY. MUST BE ATTACHED 27 01 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California -- County of _ Orange On I%AM 11. IXI.._ before me, RosemaryB. Yi, nr. V tart' Public Der. iJ_ N xw rm� a m. personally appeared William B. Davenport ano, t CoM!"lon I I6773 Norofy n - catitomo � Orono* counter W�e�...uzl.aolo who proved to me on the basis of satisfactory evidence to be the persons) whose name(g) i61KXsub9cr1bed to the within instrument and acknowledged to me that he4009lep executed fire same in his hpfta authorized capacltypas�, and that by hielEfWAK" SIgriature(B) on the instrument. the personku, or the entity upon behalf of which the personftacted. executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct WITNESS rrty hand nd officials al. Signature_ -- aoa�amry9w•Ww SW— iWry Nile —.�. OP170NAL Thaugn Ine rnflrmatan befow is not required by law, it may prove vNa,ebre to io re mrying on Ma doaimera and Could prevenf baudurem removal and reana0vneat of this kNm to anoltw documenf. Description of Attached Docu rent fL Title or Type of Document: .t0�0 Qv10� �.�A Q�S..Sgi� �rr�.J �0 X',d.. Document Date:._._._4 �t4 f toot n Ntu�m�ber of Pages: Signet(S) Other Than Named Above: —.. _.. _._ _B1 �_ _.__.. C.apacrty(fes) Claimed by Signer(e) Signer's Name:, William B. Davenport _J Individual X) Corporate Officer — Tilte(s): Secretary 6 CFO 1-1 Partner Limited iJ General I Attorney in Fact Li Trustee d0i'Aab "-! Guarr9en or Conservator i Other: Signer Is Representing: KDC Inc-' dba Dvnalectric dba KDC Systems eYs Name:_"__.__- - ll uel i. Cgrpa Officer — Title(s). U, Partner—. "ad (I General .-I Attorney in Fad Trustee CI Guardian or Cc U Other: - - -- Signer is cry 0200)NYps'hiYry 4pni1M. W50 DB Sd0 M.PO eat 2101.L1WMK_G 9r)1}t10�•wwYlYdr✓bYrMdY rom.smr Reonter.Cel roarwo,ew are �+ WARN j6:+iIS POWER OF ATTORNEY IS INVALID WfTHDUT THEGSORDER TRAVELER' POWER OFATTORNEV Farmington Casualty Company SL Paul Guardian Inwranace Company Fidelity and Guaranty Insurance Company SL Paul Mercury In sea rance Company Fidelity and Guaranty Insurance Undemriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire sad Marine Lowrance Company United States Fidelity and Guart aly Company Alt r y -In Fact No. 219656 CertlBwte No. 002356265 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corpnrelion duly organized under the laws of the State of New Yak. that St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the Sate of Minnesota. that Farmington Casualty Company, Travelers Casualty and Surety Company, aril Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut. that iJoited Sates Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Inwramx Company is a corporaton duly organized under the laws of the Sate of Iowa, and that Fidelity end Guaranty Insurance Underwriter. Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the'Compames �. and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Mary Alice J. Corbett, and Camille Maitland of the City of Garden City —State of New York , their true and lawful Anomey(s) -in -Fact. each in thew separate capacity if more than one is named above, to sign. execute, seal and acknowledge any and all bonds. recognizance. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their.business of teeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or iia9�%IKeedings allowed by law. ``Y�l ♦♦��.s1`` `'` 18th IN WITNESS WHEREOF, the Comparrvechave caused this instrunte tto'M: yprrAafd c rate "a to he hereto affixed this day of reb 2Wg I;\7N%,,�, l � Farmington G �st ty ,y � Pad Co9 dem n s Pa Guardia � mpa y Fidelity and Guaranty InsutUtderw Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America SL Paul Fire and Marine I suran" Company United States Fidelity and Guaranty Company e "4 aJGy R ,tea atee ee „a"a. ,y ^+y I'datD b d' 3brn927 SS6 e� L e is ., �O1 1951 �\ n^ +�SEAL+ iP 8 Sure of Connecticut City of Hartford u. By: J 1G.s6 Thompson ma ace President On this the 18th day of February 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., Seahoard Surety Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. SL Paul Mercury Insurance Company. Traveler Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Sates Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing inswmcnt for the purposes therein contained by signing on behanof the corporations by himself as a duly audorixed officer. p Tp In Wihuess Whereat I hereunto red my hand and official seal. My Commission expires the 30h day of June, 2011. n �kp t 58440-5-07 Printed in U.S.A. Marie C. Tem a uh, Notary Public 0 0 State of New York County of Nassau On May 28. 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Travelers Casualty and Surety Company of America 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. WITNESS my hand and official seal. Oy MOMS HONIAIIO NOTARY PUSUC, STATE OF NEW YORK NO.01N06175P11 QUALIFIED IN SUPPOLK COUNTY TERM EXPIRES SEPTBI6ER A, 2011 0 0 TRAVELERS CASUALTY AND sURm cO.PANY OF A4ER1CA HARTFORD,CONNEC71CUT 06753 FNANCIAL STATEMENT AS OF DECEMBER 31, 2007 AS FRED N THE STATE OF NEW YORK CAPITA, STOCK S 6,000.000 CASH &INVESTED CASH $ 74975,111 UNEARNED PR13ALM BONDS 3,171,426,610 LOSSES STOCK 14,$8,847 LOSS ADMSTIFM EXPENSES MEM ENT NCOaE DUE AND ACCRUED 42,1.A864 COMASSMS PREMIUM BALANCES 1ffi,86TA02 TAXES, LICENSES AND FEES NET DEFERRED TAX ASSET 43,388888 OTHER EXPENSES REWWRAILE RECOVERABLE 7.618.102 FUNDS HEIR UNDER REINSURANCE TREATIES OTHER ASSETS 3,744%2 CURRENT FEDERAL AND FOREIGN INCOME TAXES REWFTTANCES AND nWM NOT ALLOCATED AMOUNTS VNT}R*LD I RETAINED 9Y COMPANY FOR OTHERS PAYABLE TO PARp4T,SUS&OMRIES A AFFILIATES RETROACTHVE RANCE RESERVE POLICYHOLDER DYOENDS PROVISION FOR R49NSURANCE CEDED FEMIW ViOE NET PRBMWS PAYABLE OTHER ACCRIEDIFJ(PENSES AND LLMSJTES TOTAL LABIL ES CAPRAL STOCK PAD N SURPLUS OTHER SURPLUS TOTAL SURF" TO POLICYHOLDERS TOTAL ASSETS 3 }7 I TOTAL LIOMMIES 5 SURPLUS STATE OF COINECTKW ) COWTY OF HARTFORD )SS. CITY OF HARTFORD I LAMAWNCEAMUTA. ®DDLEYBLSORN. SAYSTFMTHEECHEFFOWN OFFICER- TRAMMSBDHDAFIMNCMLPRODUCTS, SF TRAVELERS CASUALTY AND ARM COSPANYOFAlMCA3 ADTH MTTO THE BEST OF HIS INOV")GENOSE", THE FOREGONE K A TRUE AND OORIMI STATRMl f OF THE PSIANGM COfNDMION OF SAID CO4PANYAS OF THE 3141 DAY OF WOEWIDER, MT. SLDSCRJWO AND SWORN TO BEFORE bE THIS 1151 DAY OF WAW.2008 S 63p088,1R 807,134,261 133,720,026 34,054908 tA717911 3.1,48 {035 123,307,214 27976,126 B3,a6" 34,316922 SS"I.BD4 23.413958 4740,783 SM0971 *41 7D4 IUKNW S 6900,000 30i�87.402 8B Will. MARlE ('. TfTNFAULT .�rNurr Perhl(i Ur (b0m,mxnl E!!xn•�.4nHr 70, 0 0 0 ® seleae kwvmhce fin' of Artptce POWER Omhad uheurmhoe conwrry aAmerka seteco PieSs • OF ATTORNEY Seattle. WA 96195 KNOW ALL BY THESE PRESENTS: No. 13188 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each Washington corporation, does each hereby appoint '"""'RICHARD G. AVERY; THOMAS BEAN; KAREN BOWLING; MARY ALICE 1. CORBETT; PETER F. JONES; SUSAN LUPSKt GERARD S. MACHOLZ' CAMIL E MAIiLAND, DIANA L PARKER ROBERT T. PEARSON; RITA SAGISTANO; Garden City, New York; KATHLEEN M. CRISTIANO; JOSEPH DOBKOWSIO, JR; ADRUINNE SCALERA; Oark New Jersey, RUSSELL M. CANTERBURY; JOAN DOMBROWSKI, MARION R VAR.; Farmington, Connectl Its true and lawful attomey(syin4act, with fob authority to exefwle on its behal Wetly and suety bonds or undertekkgs and other documents of a sknkr character Issued in the douse or its business, and to bind the respective company tarrebY- IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA avid GENERAL INSURANCE COMPANY OF AMERICA ban each executed and attested these presents this 12th day of February . 2008 STEPHANIE DALEY- WATSON.SECRETARY TIM MIKOLAJEWSKL SENIOR VICE- PRESIDEIiT, SURETY CERTIFICATE F*ect from the Bylaws of SAFECO INSURANCE COMPANY OF AMERICA and 91 GENERAL INSURANCE COMPANY OF AMERICA: 'Article V. Section 13.. FIDELITY AND SURETY BONDS ... the President. any Vice President the Secretary, and any A6ebiant Vice President appoi tod for that txrpose by the officer in charge of surety operations, ahol each have authoify to appoint Individuals as ataneys-ln -fact or under atl cur appropriate titles with autrody to execute on behao of the company Sdift and suety bads and other documents W simhar character issued by the company in the rouse of its business... On any Instrument maid% or evidencing such appointment, the signabses may be alkad by tocaknle. On any instrument owdarrirg such authority or on any bond or undertaking of the company. the 9081, or a facsimlie thamd. may be impressed or affixed or in any other manner MWO& oed; provided, however, that the seal eh alt rat be necessary to We valldity, of any such Instrunent or undartalft.' Extract nom a Resolution of tae Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adcpled July 26, 1970. 'On anY ieate executed by the Secretary or an asafafent secretary of the Company sati out, �1The ng provisions of V. Section 13 of the Bylaws, and N1 A copy of he poweral-emmey appointment, executed puauem thereto. and (iii) Certllykg tint said powerolatorthey epprtutknerht Es in M twos and sleet. the signature of the cardyirg ~ may be by facsimtfe, and the seat of the Company may be a tw*rWe maned.' I. Staphaiis Daley- Watson . Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the bmgokg extracts of the bylaws and of a Resolution of the Board of Daectars Of these oorpwatwhe, and of a Power of Attorney issued pursuant thereto, are true and correa and that lash hie Ryla he. the ReaMtlorh and the Power d Atomey are stl In *A force and elect IN WITNESS WHEREOF. I have harwnto not my hand and atfkad the facstrnlle seat of said corporation this 28th day or May ' 2008 S074W ties 1a. SEAL L STEPHAIfE DALLY- WATSON, SECRETARY ✓K Some oW to raison loge an mgbmed to ww0w d Barem Owpaalkn WED PDF 0 0 State of New York County of Nassau On May 28, 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Safeco Insurance Company of America personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshe /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. WITNESS my hand and official seal. MEUSSA WOWARD NOTARY MMUC, STATE OF NEW YORK No. 0111"173941 QUAU/IEO IN SMFQLK COUNTY TERM EXPIRES SEVTEMeER 4, 2011 Minsurance SAFEco INSURANCE COMPANY OF AAIMCA FINANCIAL STATEMENT — DECEMBER 31,2W Assets L"bindes Cash S 53,483,126 TjDwnta prcmi,,,, ------------------ _..— I 728,534P02 Rxsavt for aminu wdC1*imF.Vaosc-.- ---.1,50,913,950 *Bonds —U.S 16,MP67 Funds Hdd Ueda Rcisn,�c 430,979 2.478,711,M 2,421.611 499X5954 Additional StabAwy - R� for Conatssons, Tams ad Rcad Other 936336S8I Agmto•Baiiessecs orUncallededPrcamivam -------- 625,553k2l Acamd 33,936,490 0dxrAdmsittcdAssctL ----------------------- 359599572 TotvdA&WftWAmeft--- AJAGA" S3A28437,423 Special &ffowFtw& ....... S M 226334 cxpital 5PNIMO Paid in SuFpiw.------ - -.275M$n U,,,,jp,d SOOptu ------ -- 558381,497 S,,Vh, SMAIDAM TOW U"Ka mod Swpl----- MAUMMU Scomitics "criod at $124,3a976 m deposited a requiscd by lsw. 1. Md KMOXAJEWSEJ, Scmiw Vice-FIrcsidtal of SAPECO EORWOM CMPWY Of Amaim 40 bm*y vaW dw the RMon as a buc. and CM44 SbUnIcat of the AUCU wd Umbili6" of said Corporation, as of Dcoa*a 31, 2007, to the bcst of my bwwicdgc sad bdict IN WI MS VAM". I hm bavo3tD sat my bmtod and affixed dw " of sid COPw%6m d 5441WO, Wwfinttwk this lit day of Much, 2008. a.uvom eA .yaamsmm.saa.srrsocamaam R Federal Insurance Compan Attn: Surety Department ChubbE Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07558 after. Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana po�a on VIGILANT INSURANCE COMPANY, a New York tprporaUoNb, and PACIFIC INDEMNITY COMPANY, a VhftsaalsinraUon do each hereby ConstiMe and appoint Thomas Bean, Maaryry Aloe J. Corbett,' Kathleen M. Cristiano, Joseph Dobowskf Jr., Peter F. Jones, Susan Lupskl, Gerard S. Macholz, Camille Maitland, Diana L Parker, Robert T. Pearson, Rita Saglstano and Adrianne Scalere of Garden City. New York eeCh n th& Vve and Iw U AdorMp Mf Fag b aaasb urger uKh deer sra b ttah nrnaa oW to eft fah wrpwer win b aid wMw for rd w fnak beta! n eddy fwen a dMrMee, bard+ end hw4nd4W rd o6w vm*W abgp" b M askn tw*O (cow fwrbad bade) oven err atosated b ft cone d buYnas, and ay knabww" aawxltp err aduh/ b eras, wW oweenb b b modkodm a akaalbn d ry khahwwo m%xw b In add bonds err abrpa5ab. M W Wwa VOW00. Wd FEDERAL HSURANCE COMPANY, V1W WR INSURANCE I fdw pmow" and aN ank wrPer . snb w ds 17th ey d May, 2007 � i C. Wanda, A*sftad aeentmy STATE OF NEW JERSEY Casey dSoaww u onfis 17th lord May, 2007 bdae me, alloWy Pabk of New JWW. panaay Cara► KwowM C. Vhr" b me bnwrh b be Asdawd $wwbiry d FEDERAL MB MANCE COMPANY, VKiWNT PWRANCE COMPANY, wd PACIFIC fJDMONfY COMPANY, to OWWWWO efdoh saaAed b WM204W Paver d Afardy, and M ub. KasvF G WwaK bebp by ma ddy wom, did dyow and say fM M Is AssbWrO SowvWy d FEDERAL. INSURANCE COMPANY, VQKANT KPXW CL COMPANY, and PACIFIC MDBOITY COMPANY aM Imoee M wtpwab bola Ihred, fain Una "der af5ted b fd bye Povwr of Atlomay we ouch oohyaw win and a flrab Npgd by ahtewq d fd aY' laws d eab Cayader and fha M aiprd tad PotW r d Mundy as 11aaWart Bsontary d aab Canpattav by fin attrwfy, vnd tkr M b aabmkaed Mkt Dead & Reonb, Jr., and krdos hkn b D• Vine Praadat dwd CatpWar and fha Ike alsl d Dead B. Nadu, Jr. m0aabed b "M Pewr d fta W b h b pratkna tw*wktnp d DrM B. Made, Jr. and wa kwdo wmawbw by aufq*e( add W Laos aid N dsponenrs pearww . Ndadd OTARY L ;� _�-- NofoNy � 234 „r 7 FhJBLIG Cwnmfaslon b m Ott. 25, 2009 NAY Pubft CERTIFICATION EhA'ad fan b 9Y• Leav d FEDERAL NaIRiAMCE COMPANY, V17LWr *MURAa:E COMPANY, and PACIFIC INDEMWTY COMPANY: W poaen d aaway br rd at baaf d b Company may and dW be womm d b Me nrae and n WAY of fd 00romV. Ww by fa Chaltabtn a b Wwdry r a Vin P+aNdent a an AMgrt Via PlvstmA joiner *0 b Seaawy or an Aubbd Seadry. W KW f Wr IwpK” 1 4d0aa TM a19 - dwtdhamommyberhptanad, p*AWerr WwWv MaThealprrI daaohd2dbkv4Wof1mw Chabwa,Pfnidmt goryVinproddaf,ry Aubtrt We Pnddwt any Sea ft ay AwbWt SOOM&MY ad ft seal d ON Carf a W ndy be afsrd by taoahalM b Fry pacer or Sewer or to MAY whams tdmkV fweb appokitd Atddwteaaabdaa err A w yt- kt Fag to puwm ny d axwAv aid aSeAtp bwds OW, 1 Np and afar oft ohle"infda&nfmaeL aid"such pawndelwWaOar- bewf%suchbahtul0 gpWaaaMbakele sad YWbev8wand UIWg how M Owr" ny ad Fry rA h poaa oo errand aid c Uled by ash Nfaktke sW%&aa rd botI I ved" ha saki wa Mikk u9n"Cw4ay Mfh eyed b re' bad a haderbtlte b eMdh k b efsddd' M Kaxafh C. WoWK AmILtoN SOM WYdFEDMUL f6LRMAWX COMPANY, V*LWt INSURAHM OOMPANY.and PACFTC VVB"W OOWANY (0d'Catpa Itba'I do !w W/ or0ty Mt _ W Mtaapokhp aurtraadfr ByUw did OaapattabhYa aid wnrA p0 do cim tfw ON d* 1' vac ad vAwe ad b hvwsd VA* Wskwv In Y 50 of to bktMd SON of Amedcowd to M*kt d CMM*b aid w evfdltbW byfd U.S. TwAwY O"vA w t hWw. Fatlael and VlpfrR an lowed b PUerb ifs and M U.S. Vkpb lalrndo. end FwWw b kswed b Mwkmn Srwe, OimR end each d an Pw*An<f Caddo "DIN P*m Edeard Ww4 aid �) fdfonpoYq PohhwdAbnybhua, otxtedaMbMbrw arp vfact 1 CfWandK Y� IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE MM*KnCnY OF TKS BOAC OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3403 Fsx ON) 900.3850 e+nelk wvqh0C&ft=M Fam 1610.02258- U (Ed- 6 03) CONSENT 0 s State of New York County of Nassau On May 28. 2008 before me,. Melissa Howard, Notary Public, personally appeared Rita Sa istano, Attorney -in -Fact of Federal Insurance Company 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. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF NEW YORK NO.OIRM17SW1 QUALIFIED IN SUFFOLK COUNT' TERM EXPIRES SEPTEMSER 4, 2011 • s FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2007 (m thousands of dollars) ASSETS LIABILITIES AND SURPLUS TO POLICYHOLDERS Cash and Short Tenn Investments ............. $ 268,650 Outstanding Losses and Loss N)emes.._ $ 11,665,892 United States Government, State and 2.488,838 Unearned Premiums.. ............................. .... 3,576,372 Municipal Bonds... .......... .......................... 11,760,927 Reinsurance Premiums Payable _............. 388,475 Other Bonds ................. ............................... 3,748,134 Pmvisionfor Reinsurance ............................ 152.814 Stocks ........................... ............................... 1,228.819 Other Liab 7tles ......................... _.__ ... _ ...... .... 1,010.325 Other Invested Assets . ............................... 1,813,473 TOTAL INVESTMENTS ............................. 18,820,003 TOTAL LIABILITIES ...... ...._ ...... ......... _......... 16,793,878 Investments in Affiliates: Chubb Investment Holdings, Inc .................. 2.488,838 Capital Stock ................. _._._ ........ _ ........... .._... 20,980 Padfic Indemnity Company ...... ....... ............... 1,842,863 Paid - In Surplus ............ _ ........... __.. ....... _... 3,106,790 Chubb Insurance Investment Holdings Ltd.... 886,556 Unasskyned Funds..- ....... ............................... 9,749,409 Execu va Risk Indemnity Inc ......................... 820.609 CC Canada Holdings Ltd ....... ........................ 567,070 Great Nortnem Ylsurance Company ............. 374275 SURPLUS TO POLICYHOLDERS......_. 12,877,179 Chubb European Investment Holdings SLP.. 304,522 Chubb Insurance Company of Australia ....... 178,307 Vigilant Insurance Company .......................... 150,317 Other AfRalas ................ ............................... 257.152 Premiums Receivable ...... ............................... 1,552,350 Other Assets .._ ... _._ ............ ..... ......................... 1.428.195 TOTAL ADMITTED ASSETS ............ _. S 29,6714057 TOTAL LIABLITES AND SURPLUS TO POLICYHOLDERS ........ _._. ...... .... $ 294671,057 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $478,269,830 are deposited with government authorities as required by law. A CORRECT STATEMENT: .^ww�w►wrw Form 27- 100073 (Rev 4.08) t • ♦ Recorded in official Records, orange County RECORDING REQUESTED BY AND Tom Daly, Clerk- Recorder WHEN RECORDED RETURN TO: Mluliq!INl f IjIjIr $I0MII4I01NO FEE 2009000202400 01:16PM 04124109 City Clerk City of Newport Beach 0.00 0020.00 0.00 0.00 0.00 0.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees i pursuant to Government Code Section 27383" ^1 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Dynalectric, of Los Alamitos, California, as Contractor, entered into a Contract on May 27, 2008. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization — Phase I (C -3975) Work on said Contract was completed, and was found to be acceptable on April 14. 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. VERIFICATION is Works Director of Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. 1 Executed on `� I� at Newport Beach, California. BY �/) ► i'v �' City Clerk :,I> W UJ CD LU ;I ors VERIFICATION is Works Director of Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. 1 Executed on `� I� at Newport Beach, California. BY �/) ► i'v �' City Clerk • w CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Lcilani 1. Brown, MMC April 15, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following projects: 1. Traffic Signal Modernization Phase 1 Construction (C -3975) 2. Traffic Signal Modernization Phases 2 and 3 (C -3868) Please record the enclosed documents and return them to the City Clerk's office. Thank you. Sincere) Leilani I. Brown, MMC City Clerk Enclosures 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 0 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT BY n+E crtr couNCIL crrroFNewvortree�dl EPP, 1 4 7009 Agenda Item No. s April 14, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers, Senior Civil Engineer 949 - 6443326 or bsommers @city.newport- beach.ca.us SUBJECT: TRAFFIC SIGNAL MODERNIZATION PROJECT PHASE 1 CONSTRUCTION - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3975 RECOMMENDATIONS: 1. Accept the completed 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 1 year after Council acceptance. DISCUSSION: On May 27, 2008, the City Council authorized the award of the Traffic Signal Modernization Phase 1 Project to KDC, Inc., dba "Dynalectric, Inc." The contract provided for construction of the first phase of the new traffic signal system including; fiber optic communications, installation of CCTV cameras, and installation of traffic signal control equipment along the Coast Highway and MacArthur Boulevard corridors. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $382,465.00 Actual amount of bid items constructed: $398,316.72 Total amount of change orders: $29,612.81 _ __ Final contract cost: $427,929.53 The increase in the actual amount of bid items constructed over the original bid amount resulted from extra conduit, fiber optic cable and additional concrete pull boxes. In �c Signal Motlemization Project Phase 1- Complet Acceptance of Contract No. 3975 April 14, 2009 Page 3 Funding Availability: Construction $427,929.53 Construction Inspection $6,634.27 Incidentals $1,260.50 Total Project Cost $435,824.30 Funds for the construction contract were Account Description Iris Avenue /Coast Hwy Traffic Signal Traffic Signal Modernization Project Ph1 Traffic Signal Modernization Project Ph1 Utilities - Maintenance and Repair NOC axpended from the following accounts: Account Number Amount 7281- C3002001 $119,983.39 7281- C5200852 $175,465.55 7261- C5200699 $131,442.72 5300 -8160 $1,037.87 Total: $427,929.53 Prepared by: S r /��� I Senior Civil Engineer ( / r� >n G. Badum Works Director r 0 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 21st day of April, 2008, at which time such bids shall be opened and read for TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 1 Title of Project Contract No. 3975 $530,600 Engineer's Estimate by rphen G. Badum is Works Director Prospective bidders may obtain one set of bid documents for $15 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" For further information, call Brad Sommers, Project Manager at (949) 644 -3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:/twww.city.newport-beach.ca.us CLICK: e- onlineseivices /e- bidPublicWorks 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 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 A4 �,9r„ltr- CITY OF NEWPORT BEACH 1' PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 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 BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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 cleady 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 r 0 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 at 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). 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. 5501 ri 3 {k, b/ 0 0, t✓7, C3 11 CA to Contractor's License No. & Classification KDC 1NQd WUYNM.E=W : M I 0 �ul.I1AM & B uic I O — ' See- -/TTMS Apnl alSrr 26D� Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 TRAFFIC SIGNAL MODERNIZATION PROJECT -'PHASE 1 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid Dollars ($ 10% of Amt. Bid ) to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Traffic Signal Modemiaation Project — Phase 1, Contract No, 3975 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 shWI 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 10th day of April 2008. Dynalectric 4462 Corporate Center Dr., Los Alamitos, CA 90720 Name of Contractor (Principal) A= Si e B. txlD- d.��Sec�Treas. Travelers Casualty and Surety Company of America Name of Surety 343 Thomall St., Edison, NJ 08837 Address of Surety 732321 -6600 Telephone Rita Sagistano, Aftorney4nfact Print Name and Tide (Notary acknowledgment of Principal & Surety must be attached) • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT =... ae, s. ..:�a•�api�u:v,Si.L%:�..,s3.,,s sjY.c>Sl.'•\..s\.sa<,as..s�v chi.: a. �4a'. t�. �t ..:..,,s.Y...�:s.%U.�.1,.�aysat a>� C��S.!1Y „:�.¢..�:�.,,�v.Tie�' State of California l County of Orange 1i On April 21st, 2008 before me, Elaine L. Hovuela. Notary Public Dale Here Ireerl Noma and Title of the MM ' personally appeared William B. Davenport Namela) of Slgnerye) who proved to me on the basis of satisfactory evidence to be the person* whose name()t) is/aW subscribed to the within instrument and acknowledged to me that he /*e /tWy executed the same in his/*/tWir authorized capacity(ie$), and that by his/Im/tWr signature(b,'jon the instrument the person(R), or the entity upon behalf of which the person(yp acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Nolery Seal Abwa Signature of Notary Public OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bidder's Bond Document Date: April 10th, 2008 Number of Pages: 1 Signer(s) Other Than Named Above: Rita Sagistano Capacity(ies) Claimed by Signer(s) Signer's Name: William B. Davenport Signers Name ❑ Individual ❑ Indl at N Corporate Officer— Title(s): V.P., See./ Trees. ❑ Corpora icer— Title(s): ❑ Partner — ❑ Limited ❑ General _ _ ❑ Partner —❑ ' ited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Trustee Totthumb ❑ Guardian or Conservator ❑ Guardian or Con for ❑ Other: ❑ Other:_ Signer Is Representing: er Is Representing: KDC Inc. dba Dynalectric 0200] National Nwary A.Zcatgn• 9350 Ce Soto Am. Mewl 202•Cbab M,CA 91313- 2902 -x NatfonaWarary."g gema5907 F2eadar:Call TClFFme f.eW3T &61127 2008 Bid Bond Ack.max d4 POWER OF ATTORNEY TRAVELERSJ Farmington Casuulty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company SL Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surely Company Seaboard Surety Company Travelers Casualty and Surely Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 219656 Certificate No. 002217146 4 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Mary Alice I. Corbett, and Camille Maitland of the City of Garden City , State of New York , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their, business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or penny in arty-kcVons oy p ceedings allowed by law. S s A:a ;�, :'"'o'F.� ~�';• 18th IN WITNESS WHEREOF, the Comp agjet have caused this ins arbe,rre& and 51tcprjr orate seals to be hereto affixed, this e �UOUOaa day of � i��v»� � .. Farmington Casualty Cq �p qs' 5 SL Paul Guardian Insurance Company Fidelity and Guaranty t� SL Paul Mercury Insurance Company Fidelity and Guaranty Insufyt7ce Underwtriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company rf.6 U.,i $11PfrY 6 O�IX1G9 it 1MBVg9 �)�iY 44y CIRWil1 `0 c9$ ruarosv® ii %92 E` — ` " ewum°ao = Tvn"rA jiatd ;y6 4` 7Q$1 a`eA/L,./���o't �S8bL4 ° 40" t 's a r.N earn ""n "r• rs': AM'a��' "Y . +R 1Ja State of Connecticut City of Hartford ss. By: Georg Thompson, tPce President On this the 18th day of February 2008 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Memory Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TET In Witness Whereof, I hereunto se[ my Land and official seal. My Commission expires the 30th day of June, 2011. * /p��� } 58440.5 -07 Printed in U.S.A. Marie C. Tetreaulq Notary Public This Power of Attorney is granted under and by thlWhority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Memory Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Pact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sureetx Company 9"erica, dnd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power 90Ltiomey exeAArted by sa &'Comp mies. which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and;a red the eeeis of saidC6,mhptuies this /I OTTH day of APRTi Kori M. Johan. Assistant Secretary ) r1I9�5at1 I ED 7 o e Sm �` ,,M v oaa.s,�ib , f icw N ,r ,xosamuor�S ' �` a 3 mr ° � rJ `� +yCnOv N,ta �' e <4Fs q S , �9 EA J' SEAL nv t9sx 1977 O r To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www,travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. 0 0 State of New York County of Nassau On April 10. 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Travelers Casualty and Surety Company of America 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. WITNESS my hand and official seal. MELISSA HOWARD NOTARY PUBLIC, STATE OF NEW YORK NO.01HO6173941 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 • 0 TRAVELERS CASUALTY AND SL91M COMPANY ♦-r rr r FINANCIAL STATEMENrAS OF DEC£MBB231, 2007 AS FILED IN THE STATE OF NEW YORK CAPITAL STOCK 625.000.090, CASH& INVESTED CASH S 567,008,931 UNENWED PREMIUMS s 11639,957,664 BONDS 5,491.773,521 LOSSES SAM4411998 STOCK .2,989,874900 LOSS ADAwrmENTEXPENSEs 1,394789.698 MORTGAGE LOANS AND REAL ESTATE 3.820.727 COMMISSIONS 124,541,496 OTHER INVESTED ASSETS 724,626.063 TAXES, LICENSER AND FEES 94777,970 INVESTMENT INCOME ME AND.ACCRUED 121,146,123 OTHER DPEENSES 107$02,171 PREMIUM BALANCES 1,061,097.560 IIIERES7DFPOUITLIABILT' 155.11MU 9 NET DEED TAX ASSET 257,07D,002 CEDED RENNSURANCB NST PIEMIAASPAYN9L£ 109.992.769 RECEIVABLE FROM PARENT. SUBSIDIARIES & AFFILIATES 73,045,374 REMITTANCES AND TEEMS NOT ALLOCATED 5,223,912 LAIDISMOUTEDPAYMENTS 64406,439 AMQSSTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 35 ,934.114 EOUIMS ANDDEPOSTTS IN POOLS &ASSOCIATIONS 26,090,089 PAYABLE FOR SEC MES 83,564092 REINSURANCE FUNDS HELD BYADEPOSREDWITH REIISRERS 6. 682,945 POLICA40LDER DIVIDENDS 6 ,242.747 STATE SURCHARGES RECEIVABLE 4,4177,726 RETROACTIVE MPZURANCE RESERVE CEDED (62,403.3781 OTHER ASSETS 98,217,059) OTHER AOCRUMMENSES ANDUABIUTIES 15 159 . TOTAL LIABILITIES s10.oAe, 8 CAPITAL STOCK s 25,004000 PAID IN SURPLUS 2.041,092,700 OTHER SURPLUS TOTAL SUiR.US TO POLICYHOLDERS 3 276 677 646 Q bs TOTAL ABSUFTS t Bt TOTAL. LIABILITIES &SURPLUS 1-s-�aizM STATE OF CONNECTICUT COUNTY OF HARTFORD M. LAWRENCE A SWA. BEING DAY SWQRNk SAYSTHAT HE IS CHIEF FINANCIAL OFFICER - TRAVELERS BOND & FINAHGAL PRODUCTS. OF TRAVELERS CASUALTY AND SURETY COMPANY, AN DTHATTo THE BEST OF HIS KNOWLEDGE AND BELIEF. THE FOREGOING 16 A TRUE AND CORRECT SFATEMEFTTOF THE FINANCIAL CONDITION OF SAID CO ANY AS OF THE 31st DAY OF OECEMEM.2D07- SUBSCRIBED AND SWORN TO BEFORE ME THIS 11111 DAY OF MARCH, 2006 [.,_3�: raaT• 7S: ai% �373rkt= ::'•T�aI:T_T;!s:Et7l.:r'iT;rs" -tom •T::T M>aRIE C. TETREAlJLT tVofarT Pahlir ih {imrmiccrntt�'tprm Im6. 7(1.?Afl Best's Rating Center - Corri Information for Travelers Casual Wnd Surety... - Page 1 of 1 Rating Center "A $trlJCti/�d P(CIafICa view Raenga : Financial 31=0IssuerCredit Securities Advanced Search r Rating Methodology Rating: vCo rde: 9(Group) Affiliation Industry Research Financial Site Category: xY ($2 Billion or greater) Brings Dehr>dlons ' Travelers Casualty and Surety Company SfarCh �r =tis Ratfkg3 mmamea, or Tmvglen lnav,enco comp•a:al AMBmtX:0i00t NAlcir:1.01. FEINAk Osso.ane Press Reka "a S°�x TCbr rvaw YO,xslack Ex¢M,g¢NVSE IRV Address: One Tower Square Phone: 860- 2770111 Related Product: Hartford. CT 06183 Fax: s6o -277-7002 Web: wwwAravelers4g_m C0.4itry Rlak Best's Ratings $trlJCti/�d P(CIafICa Financial Strength Ratings Vigw QgfnitionS FbW ie tier Belted Rating: vCo rde: 9(Group) Affiliation Financial Site Category: xY ($2 Billion or greater) C(XQaCi 8r1 Mayst Oullook. Stable Action: Affirmed Effective Date: June 18, 2007 iP Denotes Under Review Best's Ratings aher Web Cemers sal-- Ti-ud 91¢a¢ag,M bcomprv. hunuvo ({ in our opin,n, a ¢tga'ou armyb me¢l xuu, X'/r (oyM. ..... Bore to 1,1old¢,a L Issuer Credit Ratings yleW peTin- Itions Log -Term: as- Outlook: Stable Action: Affirmed Date: June 18, 2007 Reports and News Visit our NewsRoan for the latest news and press releases for his company and its A.M. Best Group. Ab1B Cretin Report - Insurance Professional (Unabridged) (formerly known as Best's Company Report) - includes Bas's Fin; S' rationale along with comprehensive analytical commentary, detailed business overview and key financial data. I. Report Revision Dare: 10/02/2007 (represents the latest significant change). Historical Reports are available in AMB Credit Report - Insurance Professional (Unabridged) Archive. ,, Bears Executive summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance s c key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2008 Best's Statement Flle P /C, US Contains data compiletl as A 5/16/2008 (Quality Cross Checked) e Single Company - five years of financial data specifically on this company. e CongradsRn- sideLyslde bnancol analysis of this company with a peer group of up to five other companies you select. k Composite - evaluate this company's financials against a peer group composite period displays both the average and total composite, group. AIDS Credit Report - Business Professional - provides three years of key financial data presented with colorful chain and tables. Each rat :�I latest Best's Ratings. Rabng Rationale and an excerpt from our Business Review commentary. DMa Status: Contains data compiled as of 5/1612008 (Quality Cross Checked). Barra Key Rating .Guide PrgserdaUOn Report - Includes Best's Financial Strength Rating and financial data as provided in Best's Key Re Data Status: 2006 Financial Data (Quality Cross Checked). t} Financial and Analytical Products Best's Properly /Casually Center - Premium Done.& Reports Beat's Key Rating Guide -P/C, US —& Canada Best's Statement File - PIC. US feat's Statement File - Global Besr'a nsurance Reports - PJC, US & Canada Basra State Line - PIC, US Bears Insurance Expense Exhibit (IEE) - P /C, US Best's Regulatory Center Market Share Reports Best's Schedule P (Loss Reserves) - PIC, US Customer Service I Product Support I Mergber Center I Contact Info I Careers About A.M. Best I Site Map I Privacy olicy I Securr y I Terins of Use I Legal & Licensing Copyright® 2008 A.M Best Company, Inc. AN right reserved. AM. Best Waddwdde Headquarters. Ambest Road OldwiCk. New Jersey, 08358, U.S.A. http: / /www3.ambest.com /ratings /FullProfile. asp ?BI= O&AMBNum =2001 &AItSrc =... 05/19/2008 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: 3 tpGY ib r �h\t CYNI Y�� � ri/ . Address: -A r&d L/k WI`,�rticL0.1 G Phone:IILI — 562 — X100 State License Number: V X03 0 G Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: I= INC. CNN GYNAL.ECTRIC Bidder /Z- �"_ fiffhoriAktignaturerritle M11AM L0VVBIPgFiG CFD CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT- PHASE 1 CONTRACT NO. 3975 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name KDCW'dba DYNALSIMM 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: NOTE: This project includes installation of Fiber Optic Interconnect. The Contractor and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the Special Provisions Supplemental. No. 1 Project Name /Number ColNetfielol Fc1ud•, Tra%e^ Mk&_ Chip Project Description Tf a%P_ 'Dekx ion Cameras Approximate Construction Dates: From Maftkh ZOOfv To: M" uo (o _U MA Name MA Of CDam.+u IA DIN ea ,1 Contact Person YIthl]PJf lie- W-40 I Telephone ?lq Original Contract Amount $ % 00�inal Contract Amount $ 11540500. 00 If final amount is different from original, please explain (change orders, extra work, etc.) NSA 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. • 4INC. d M IDYNALECTRIC No. 2 Project Name /Number UaC1m Lie • Traffic. '.-Asncd � Project Description Tc'a 'G d��V�ui s W%e{' eome C.*- Approximate Construction Dates: From ;rQ - 2 DO (O To: LX C • 26D iO Agency Name Q14 Pf e7A'gh*A W I I Contact Person Amiwni, Cmcwe0 Telephone (�` (P ' q-00q Original Contract Amount $ 3$1iOCROl Contract Amount $ 3aAS{ OR I . If final amount is different from original, please explain (change orders, extra work, etc.) M -1 g9NA etQ-o`L kxwed 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. C No. 3 Project Name /Number C 0t&KERCE. CZVJT k UR10e Project Description NEW T('affi C Si gr�c�.t =tnsi�t l lci o v` Approximate Construction Dates: From ,lone '1006 To: Smnuwq 100 Agency Name Land * f7WL Contact Person MQr�- 1- �ta(lirv�alntl Telephone(b`1 a55-1I01:1 �qq Original Contract Amount $ i �inal Contract Amount $ M q q., rP 35 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. ZHU 0 No. 4 o� Project Name /Number j Y S1C INC. cbe DYNALECTRIC Casa Project Description Tre f j C ismc A TvN W ezIn"A+ Approximate Construction Dates: From Oil 4 O (0 To: MQ\) - 2-00 (.o Agency Name Contact Person 6b C WNV-S �o • Telephone7(,q) W-1170 /yip C�/ OC Original Contract Amount $ 6110 Phial Contract Amount $ li D, 3ql Elsie{ =a' If final amount is different from original, please explain (change orders, extra work, etc.) U'o Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number Pacoima L� n a bi &Ri" Li rA . =Y'n+D `�'1• a. Project Description aAR'Q �..1�n1v�t. �(Si� -- W'0• #LOYj1�ISSy Approximate Construction Dates: From f;ob • 101 To: � D2C • 26D1 Agency Name _ l�� of Lcw> tqM, �+ s Contact Person SlnQA+ WAPC A Y1 Telephonec?43) pin o3• ou Original Contract Amount $ 1p4 1�itfal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) � C.0 - Ue ll;kt - 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. 0 00 INC. dbe QYNALECTRIC Project Name /Number +l on Pwk- ATSAC —W L 002(.016 Project Description ASAunnakA Ti 4VKP- S0A1 Vt*%haV%te 4 COAACO I Approximate Construction Dates: From ?.6nS To: M Lt.4 2m1 Agency Name QADA oli Lo-r> i moyeAe cj Contact Person tManOOChe.r ht. WIAWK7, Telephone (� Z°5'j - 45gZ Original Contract Amount $ Final Contract Amount $ 4,5(p a, A5-M 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 Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintenden or on -site Construction Manager for the Contractor. p> Upon request, the Contractor shall attach a financial state nt and other information sufficiently comprehensive to permit an appraisal of the ontractor's current financial conditions. KQC INC. dbe DYNALECTRIC Bidder A on ignature/Title IL RAVBIPOK CFO f." Sec. . /Tr2QS . 10 Dynalectrr�'e Jeff Beard Superintendent Skills: Career Profile: Project Experience MS Word Jeff Beard has more than 24 years of Route 90 CCTV MS Excel experience with the installation and MS Power Point supervision of traffic signals and street CCTV Cameras, Vehicle Detection, lighting. Communication System. Responsibilities include: supervision of more than 59 employees, Highland Park ATSAC scheduling and the coordination of Certification: projects within Dynalectric's New Automated Traffic Surveillance and Transportation Group. Control System, Upgrade Traffic Signals at 43 Intersections. State License Work Experience: Certification Pasadena Blue Line OSHA 30 Hr. Dynalectric— Los Alamitos, CA Certified Superintendent Design -Build Project Street Lighting and Qualified Safety Transportation Group Traffic Signal, Communications Installations Person (Q.S.P.) 2001 — Present and Modifications at LRT Grade Crossings Angeles, South Pasadena General Foreman in Los and 1998-2001 Pasadena. C. T. F. Beverly Hills Phase 2 Lighting Conversion Memberships: Foreman 1996 -1998 Complete conversion of the existing street IBEW Local 11 Steiny & Co. lighting system from series to multiple. Executive Board Foreman 1994 -1996 Included new underground infrastructure, conduit, wire and pull boxes. Member Mass Electric Foreman 1991 - 1993 Phase 1 Katella Ave. Improvement Steiny & Co. Installed decorative street lighting, video Tech / Journeyman 1985 -1991 detection, video surveillance and changeable message signs at 3 C. T. F. intersections. Tech I I / Tech I 1983-1985 Grissom & Johnson Laborer (T.S.) 1982 -1983 Electrend Laborer (T.S.) 1981 - 1982 Baxter Griffin Laborer (T.S.) 1979 -1980 Laborers School 1979 N 4462 Corporate Center Drive Los Alamitos, CA 90720 (714)828 -7000 s Fax: (714) 484 -2385 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 NON - COLLUSION AFFIDAVIT State of California ) ss. County of h e ) J- WUMILDAVWMCM beir i tlhy wra4eunsPe and Says that he eftahe is .. See. /IlLeAS • of IV[;. aD8 DYNALEG7T{IC: , 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 fa 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 I declare under penalty of perjury of the laws of the State of Califor iS a the u going is true and correct. KDC INC.08 QYMALECTIM Bidder Authonzed Sin ureMtle v,Q�rjQC rTl QaS . w�t�ll�.DAVWMc�o ` Subscribed and sw rn to (or affirmed) before me on this day of 2008 by personally known to me or proved to me on the basis of satisfactory evi to be the person(s) who appeared before me. I cerfify under PENALTY OF PERJ Y under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] C%E AnKtmED - JUQ.IRTT) Notary Public 11 My Commission Expires: • 0 CALIFORNIA JURAT WITH AFFIANT STATEMENT )L See Attached Document (Notary to cross out lines 14 below) ❑ See Statement Below (Lines 1 -5 to be completed only by document signer(s], not Notary) I 2 Signature of Document Signer No. 1 Signaure of Document Signer No. 2 (H any) State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 21st day of April 2p08 by Deis Mona year (1) William B. Davenport, V.P. - Sec./ Trees. Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and 1 g , to me on the basis of satisfactory evidence to be the person /wfJ who appeared before me.) Signature '—(. ate r.2_ Signature of Notary Public Piece Notary Seal Abwe 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. Further Description of Any Attached Document Tige or Type of Document: Non - Collusion Affidavit Document Date: April 21 st, 2008 Number of Pages: 1 Signer(s) Other Than Named Above: None RIOHTTHUMBPRINT 1RjGHT-rHui%j mNT OF SIGNER e1 OF SIGNER n l d: V:.'✓:✓ 5`,:`✓,"•✓: �✓:'•'/: V:✓.' cip�4' tl: �.'... i6° i15: iL.Nd4�%\� <w�.L✓..' %'•i:\..:'ei 't/:L%:L..`..\:.:V�. :.i:C �.1 ✓. %�.�«✓, ' rr I '111: Jurat 2008.max CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 DESIGNATION OF SURETIES Bidders name KDCINC.dbeDYNALECTRIC 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): i CG` EAi5M WT 0%%-577-2.2-3X ��3a� 3ai -5(�ty Rich rd F. f2.('fuu! tAS5odm*S 1001 -Ramkl i n -A\Iwue , Su i+e ID g 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT- PHASE 1 CONTRACT NO. 3975 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name KD IMdb8DVNA=TRIC Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6; Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2007 2006 2005 2004 2003 Total 2008 No. of contracts 3/ 39 1/0 90 7 /OS 13 A 6-5'& Total dollar Amount of 1,5551 �ai�s g/, igv ys,�vs �0,57� 55,bs8 33�,b�% Thousands'of $) No. of fatalities Y� 1�/ /�{ 0 0 n{ !� No. of lost Workday Cases 3 5 $ 3s No. of lost workday cases involving permanent transfer to /JS another job or J� 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 KDGM.dbaDYNALECTRtC wsAlom t '5 Business Address: 414(PO, Corpora#e.. Cex�-W brD %O)fL, 9012.0 Business Tel. No.: 7114.c62%.'7000 State Contractor's License No. and Classification: C-14 (o Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title MM- CHRIS PESAVENTO, CEO !t,-- 17k..f UIJ 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 partnershiproint 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 TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 ACKNOWLEDGEMENT OF ADDENDA Bidders name KDOMMODYNA-ECTRIC The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: r vlouE ? EGE Sb u Addendum No. Date Received Signature 15 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: KDC NdC &NDYN ALECTRIC yy(oa il"poccde. Ce Ra r-CW Business Address: Lbs Alamitos Telephone and Fax Number: aTw California State Contractors License No. and Class: �501'l?> At�+.C10 {�-I,C3lC4b (REQUIRED AT TIME OF AWARD) Original Date Issued: ( O(n S% Expiration Date: M131/2200% 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: - &f e4 Es+iwvdlof / VQii4. Hat NV AA— E 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 C-Ma, 144IP2. WDD(Ak- ft.De.- 114.SZ4.' WO V,}i l�iam 6. �Dia�wnQo�t — �.�, S�6C.fCrec►s . tIy rot l.or�Crcdte C1�.DQ. "t1+�,428:7000 os IAclawurta�s, crk gID'12� Corporation organized under the laws of the State of Ca A i f LX fLl 4\. 16 E 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: KDC INC. dba DYNALECTRIC, x,000 — C A(reX%A- t99q . 5WP 0-ILKWAV%5 /16(Lw0od F-W&[c CZ. -TAO, %i(- For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. NO Have yoV ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / o Are any claims or actions unresolved or outstanding? Yes No 17 Oyna ctrk An EMCOR Company 711 ac.k\YY\eft,,t "A" December 18, 2006 To Whom It May Concern: The following project is currently involved in legal action: 44622 teCovUve Loa Alamflas, CA 9070-2639 Phdis: 714.628.7660 Fax: 714.4947!85 1. Dillingham / Ray Wilson Co. JV vs. City of Los Angeles Superior Court Case No. BC208414. Status: Verdict in favor of plaintiff, July 2006; Currently on appeal. Sincerely, Dynalec Company iam . Davenport Chief Financial ofaca Dynaleewic Company w�xw.avaa- le.tan 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. KDO INC. dbe OYNALECTFUC Bidder On personally appeared before me, Cht7'S pesaveanto, ceo- Nesidex& (Print name of Owner or President of Corporation/ any) Authorized Signature/Title Pt'esideni- Title P�prr► Date Notary Public, who proved to me on the basi satisfactory evidence to be the person(s) whose name(s) is /are subscri to the within instrument and acknowledged to me that he /she /they ex ed the same in his/her /their authorized capacity(ies), and that by his/her signature(s) on the instrument the person(s), or the entity upon behalf of ch the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: (SEAL) 18 (SEE ATT Ptc ti m P�CVWOv3LE M-71KEtjT) E E CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT sE.v!.i< cue,:•?; �x.,:.<,:.>,,: a. �;_ a>•^ s,. azrmtT.,.. i. a<, �. v. �n+ r, ,^sa�,�._vv�:k:.v.�<,.ea.s�a,.. .,� �vay. 3S.. ay.^- ��,. w� :_as_ww<�.it>.,w�ay.= >c,—.>e,?. State of California County of Orange On April 21st, 2008 before me, Elaine L. Hovuela, Notary Public Data Here Insert None and title of the Officer personally appeared Chris Pesavento Nams)s) of Signags) ELAINE L HOMUEIA _ Commlaslon N 1478214 Notary Public - caltlmnIC _ Orarg ty ■ who proved to me on the basis of satisfactory evidence to be the person00 whose name(04 is/aW subscribed to the within instrument and acknowledged to me that he /*Vt4y executed the same in his6er/MI4r authorized capacity(1eg), and that by his/IyQdtpFtr signatures) on the instrument. the person(, or the entity upon behalf of which the personf4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS myyhhand and official seal. Signature : Cf Place Notary Seal Above I Signature of Notary Pudic 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 cf Attached Document Title or Type of Document: Information Required of Bidder - Page 18 Document Date: April 21st, 2008 Number of Pages: 3 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Chris Pesavento ❑ Individual K Corporate Officer — Title(s): President El ❑ Partner —❑ Limited ❑ General Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 0 • Indivl I ❑Corporate car — Title(s):_ • Partner —❑ Li ' d ❑ General • Attorney in Fact • Trustee ❑ Guardian or Consery ❑ Other: Representing: Ack - Chris P.. max • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 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 Kev Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 CONTRACT THIS AGREEMENT, entered into thisgf day of /?)W, 2008, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and KDC, Inc., dba Dynalectric, a California Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 The work necessary for the completion of this contract consists of traffic signal modifications, installation /modification of traffic signal communication interconnect and equipment, traffic signal installation, and other items shown on, but not limited to plan T- 5987 -S and as listed in the Summary of Work (Section 1) of the attached Special Provisions Supplemental. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3975, 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 activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 0 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 Eighty -Two Thousand, Four Hundred Sixty-Five and 551100 Dollars ($382,465.55). 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: KDC, Inc., dba Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 714 - 828 -7000 714 - 484 -2389 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 0 0 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. J) 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. 22 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. 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. ii. 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. v. 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 23 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 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. 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 active 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. 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 0 0 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. APP OVED AS TO FORM: � C ff RON C. HARP Assistant City Attorney 25 CIT AN 0 KDC, INC. DBA DYNALECTRIC . Z=4 Corporat Officer) CHRIS PESAVENTO, PRESIDENT & CEO Title: i 11: M WILLIAM B. DAVENPORT, SECRETARY & CFO Title: Print Name: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 105105041 - TR 6572636- SA BOND NO. 82166023 -FE LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal," a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 1, Contract No. 3975 In the City of Newport Beach, in strict conformity with the plans. drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3975 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 THERcFFORE, We the undersigned Principal, and, Travelers CassaO Company Amricery America, duly authorized to transact Sefeco Insurance Commm of America b Fe4eral Insursnu Cwnoa,ry 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 ElghtykTwo Thousand, Four Hundred Sixty -Five and 55/100 Dollars ($382,465.55) 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-Jo 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 Surely 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. FE The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance With the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to, the terms of the Contract or to the work to be 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 ex '96uted by the above named Principal and Surety, on the 28th day of May 2008. KDC, Inc., dba Dynalectric (Principal) Travelers Casualty and Surety Company of America, Safeco Insurance Company of America 8 Federal Insurance Company Name of Surety 343 Thnmail St., Edison, NJ 08837 - TR 1200 Macarthur Blvd., Mahwah, NJ 07430 - SA 1k Mountain View Rd Warren NJ 07068 -FE Address of Surety 732321-600 - Tit, 201- 327 -SM - SA & 808603 -7823 - FE Telephone NILLIAM B. DAH�t�PdRl 89CREfARY & CFO Authorized Agee a Signature Rita Sagistano, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT <F.c"✓ State of California 4 County of Orange On._ �200_�_ before me, _ Rosemary B. Yi, Notary Public , eels Here Insart Nm a ft N Title of the OMMr personally appeared William B. Davenport r scat �pnartal + c � n r isnue "Of" Fubhc - Callfoirdo Ororl County AlyCamn BRfMe� AM1,3Dt0 who proved to me on the basis of satisfactory evidence to be the personN) whose name(g) isAaretesubscribed to the within Instrument and acknowledged to me that heishwthey executed the same in his&ak*Rk authorized capacity(f*4 and that by his/10aftalF signatureps) on the instrument the person4 or the entity upon behalf of which the person%tacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official s af. PIAM NOM Seal Ap Signature-- m SgllaN .i '� ry Publk OP77ONAL Though the information below is not required by law, it may prove vatuabio to persons relying on the document and could prevent fraudulent removal and reattachment of this farm to another document. Description of Attached Document y� " yy Title or Type of Document ... _. r>~i'! f.LVIGI_ WVU__ i ?_ -Ni '* a_.- .�____...... _ _ _.__.. . Document Date: 200 Number of Pages: Signer(s) Other Than Named Above: RiMftsla.no Capacity(fes) Claimed by Signer(s) Signers Name: William _B. Davenport -._ ner's Name:_..___ -i Individual '1 In ' , ual XJ Corporate Officer—Tille(s): $iecrgtary & CFA - ''Corpa Officer-- Title(sY_...._ I I Partner -- _3 Limited a General' Partner mited ❑ General 1- 1 Attorney in Fact fn Attorney in Fact i Trustee T oI mnMr. - e Ll Trustee . Guardian or Conservator L.' Guardian or Consery r Other: . . ... ...... ._ -------- I LJOther. Signer Is Representing: KDC Inc. Signer Is presenting: _- Dalectric - _ _ dba ynKDC Systems _ �.Y`n7N~.MIdaN A.vu,rH9pn• 97O hSq; ay,. PO t P4W$Ctsfs Mt. CAL 91313- 2Wii -w NaMnelNowrtre nnrn 954'17 rYinNOr. Cali TiAH 1-9W er &d ? TRAVELERS Farmington POWER OF ATTORNEY Farmington Casualty Company St. Paul Guardian Imurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 219656 Certificate No. 0 0 2 3 5 6 2 6 5 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and SL Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Mary Alice J. Corbett, and Camille Maitland of the City of Garden City . State of New York , their true and lawful Attomey(s) -in -Fact. each in their separate capacity if more than one is named above, to sign, execute, sea] and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business ofguaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe�t�Jin%ar�v ons ol�ryceedings allowed by law. 099" AN �. 18th W WITNESS WHEREOF, the Compp ' have caused this instrgrr llt e rte 2-d frirp orate seals to be hereto affixed, this day of a rusty j TV—* It & �. I: Farmington Casualty Cwltjiya� a,�'P��,.. (�� SL Paul Guardian Insurance Company Fidelity and Guaranty'3ns8ra qp pa� �gMM,�0! St. Paul Mercury Insurance Company Fidelity and Guaranty InsuP lh uderwr�t"ers, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company pesu,,e 1s2Fe a t ai.l � y 1951 �6A ` ru. e a o' �ma,M I -ROiRM.r1 >� E� , !�.'e' Oa ", esRR a n '� 'J° 1^ ' eJ,.wu rwnysa o , f fi 7 iii t � 'tSER -49 e tl 2 o 7sn r aA —� °•s � ,tarMb AM State of Connecticut City of Hartford ss. By: f% Georg Thompson, Vce President On this the I S[h day of February 2008' before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that be, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p TET In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June. 2011. i l:6 } 58440 -5 -07 Printed in U.S.A. Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the'Mmrity of the following resolutions adopted by the Boards Mirectors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents in act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's time and sea] with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Karl M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seas of said Cbmpanies this 28TH day of MAY , 20 -aB Kori M. Johans Assistant Secretary Gx31SE! y tart tss tsz 7 .^ E13 y i . � `a Sr N E SAIRIIJ S L(.>G � o' W ! � 8OE3N4{,Ly �`Cr° � coua. s` y . % "O C `a % %s t To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.travelenbond.com. Please refer to the Attorney -In -Pact number, the above -named individuals and the details of the bond to which the power is attached. OF ATTORNEY IS INVALID WITHOUT THE RED • 0 State of New York County of Nassau On May 28. 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Travelers Casualty and Surety Company of America 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. WITNESS my hand and official seal. 5 o - MRLIS HOWARD NOTARY PUBLIC, STATE OF NEW YORK NO.OIHOG173941 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 0 i TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 27167 AS FILED IN THE STATE OF NEW YORK CAPITAL STOCK $ 6,060,000 CASH & INVESTED CASH $ 74,$75,111 UNEARNED PREMIUMS S 83D,098.152 BONDS 3,171.42$,610 LOSSES 907,184,263 STOCK 14,356,947 LOSS ADJUSTMENT EXPENSES 153,320,02$ INVESTMENT INCOME DUE AND ACCRUED 42220.864 COMMISSIONS 34,054.809 PREMIUM BALANCES 1SB,667,602 TAXES, LICENSES AND FEES 19,747,911 NET DEFERRED TAX ASSET 43,369.888 OTHER EXPENSES 34,494,038 REINSURANCE RECOVERABLE 7, 619,192 FUNDS HELD UNDER RE LRA4CE TREATIES 123,307,214 OTHER ASSETS 3, 744,982 CURRENT FEDERAL AND FOREIGN INCOME TAXES 27AM126 REMITTANCES AND ITEMS NOT ALLOCATED 59,$3,721 AMOUNTS WITHHELD 1 RETAINED BY COMPANY FOR OTHERS 34,315,622 PAYABLE TO PARENT. SUBSIDIARIES B AFFILIATES 58,232,804 RETROACTIVE REINSURANCE RESERVE 23,9196&9 POLICYHOLDER VWMENDS 8,710,193 PROVISION FOR REINSURANCE SAID.871 CEDED REINSURANCE NET PREMIUMS PAYABLE (55AS,104) OTHER ACCRUED AND LIABILITIES 141704 TOTAL LIABILITIES $§ CAPITAL STOCK S B4ODO,6L'0 PAID IN SURPLUS 303,267,402 OTTER SURPLUS ! TOTAL SURPLUS TO POLICYHOLDERS � 8 TOTAL ASSETS $3lM971A66 TOTAL UASlUTIrS & SURPLUS STATE OF CONNECTICUT I COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) LAWRENCE A SIUTA, BEING DUI Y SWORN, SAYS THAT HE IS CHIEF FINANCIAL OFFICER - TRAVELERS BOND& FINANCIAL PRODUCTS, -OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMEW OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31s4 DAY OF MVE M BM 2007. r 4t F OFFICER -BOND& MODUCTS SUBSCRIBED AND SWORN TO BEFORE ME THIS 111h DAY OF MARCH, 2009 TE �A 7F rARIF TETRFA to) u' LiltGr.:,n!iluan ftprr;�,trtNr }(,. '11i/ 0 POWER e 1 e' L 1 KNOW ALL BY THESE PRESENTS: No. 13188 0 Safece Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each Washington corporation, does each hereby appoint —RICHARD G. AVERY; THOMAS BEAN; KAREN BOWLING; MARY ALICEJ. CORBETT; PETER F. JONES; SUSAN LUPSKF GERARD S. MACHOLZ, CAMILLE MAITLAND, DIANA L PARKER; ROBERTT. PEARSON; RITA SAGISTANO; Garden City, New York, KATHLEEN M. CRISTIANO; JOSEPH DOBKOWSKi, JR4 ADRIANNE SCALERA; Clark New Jersey; RUSSELL M. CANTERBURY; JOANN DOMBROWSKI; MARION R. VAIL; Farmington, Connecti ""a"""'v its true and lawful athmey(s) in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day of February , 2008 STEPHANIE DALEY��- WyA/TSON.5ECRETARY TIM MIKOLAJEWSKI SENIOR VICE- PRESIDENT SURETY CERTIFICATE Extract from the By -Laws UF SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company In the course of its business... On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. On any instrument confeMng such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 'On any, carlifcate executed by the Secretary or an assistant secretary of the Company setting out ) The provisions of Article V. Section 13 of the By -Laws, and PI) A copy of the power- of- attomey appointment executed pursuant thereto, and (iii) Certifying that said power- oPatmmey appointment is In full force and effect the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' I, Stephanie Oatey- Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -laws and of a Resolution of the Board of Directors Of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto act my hand and affixed the farm nits seal of said corporation SEAL S -0974= 4105 this 28th day of May • 2008 rpaulaWL � � SEAL � ro ' STEPHANIE DALEY- WATSON, SECRETARY Safaco®aM the Safeco logo are registered trademada of SOmo Comomeon. WEB PDF State of New York County of Nassau On May 28, 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Safeco Insurance Company of America 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. WITNESS my hand and official seal. MELISSA 1.4WAUD NOTARY PUBLIC, STATE OF NEW YORK NO.01XO6179941 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 0 0 SAFECO INSURANCE COAIPANY OF AMERICA FINANCIAL STATEMNI! — DIC13MOM 31, 2007 Assets Cash and BankDeposits .................. ... .......... . ..... S 53,483,126 *Bonds — U.S Govcmanont .... . ........ ......... ................... 16,728,W7 *Other Bonds._...._..........___ _ .................. ............ 2,478:711287 *Stldl .... . .......... ...... ..... .......................... .... . . 499235054 RealEstate ....... . . ..... . . . ........ ..... ....... ..................... 0 Agcads'Balances WU1%CACCt0dFrCMi=L ........ —...6252553,621 Accrued Interest and Rents........_ ....___._............ 33,936,490 OdicrAdmitteclAssets......._ ....._...._.._...._...._....... 359399.5 Total Adanitited Assets SdA6'7.2dA.t 17 Liabilities Unearned Fremiunas ............................. ......... 1 728,534R02 Raerve for Claim and Claims Expense .............. 1,560,913,950 Funds Held LThdcwRcmurm;c'ftcafiw ... ........... 430" Reserve for Dividends to policyholders ................... . .... 2,421fi11 Additional StatutoryRosarvt . . ....... . .. ................ Reserve for Commissions, Taxes and Other Liabilities ............. . ....... . .. . .................. 936336881 Total_ _ "'___....___....___..— .._.__ -_ $3228,637423 Special SurplusFunds ........ S 2WTA Capital Stock......_.._.._.._._...._... SAWODD Paid in Surplus .... .. .......... ............. 275,002$n Unassigned Surplus_._.........._.. 558381,487 Surplus to 33861004 Total liabilities and Surplus ------- — --- _. SaA677�.f t7 Bmdsmstakdatmortimd"inwsimcavd=;StvJuatAsweiati= Market Vdm& Securities carried at $124x68,976 arc deposited as required by law. J, TIM bMOIAJEWSE::L Senior Vim - President of SAPECO hasarme Company of America, do hereby ocrfify that the foregoing is a true. and "met stgt=cnt of the Assets and liabilities of said Corporation, as of December 31, 2007, to the best of my knowledge and belicE IN VVIINFSS WHEREOF, I Ism hereunto set my hand and affixed the sea] of said Corporation at Scadde, Washington, this 1st day of March,2008. Senior Via - President $1262c,30 6A moderecitracknarkoISAMOCaMnlon Chubb R Federal Insurance Compan Attu: Surety Department Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Padflc Indemnity Company Warren, NJ 07059 rl�IitJrO Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin ion do each here by constitute and appoint Thomas Bean, Mary Alice J. Corbett; Kathleen M. Cristiano, Joseph Dobkoweld Jr. Peter F. Jones, Susan Lupskl, Gerard S. Macho , Camille Maitland, Diana L. Parker, Robert T Pearson, Rita Saglstano and Adrlanne Scalera of Garden Citv. Now York each as their tmo and.L -dul Attorney - hr Fact to execute under such desVolbn In their ramea and to of theircwperete seals b and deliver for and on their behalf as surety thereon a otherwise, bonds and undertak rW and 0dW vrtltlngs obligatory In the natum thereof (Other Over bell bonds) given or exeaded In the course of busineea, and any hsbumenls emendtng a atering the same. and coneents fo the modification or aftaffah of any hsbument romared to In sold bonds or ablgatorrs. In Wtness Whsredt. Bald FEDERAL INSURANCE COMPANY, VNi1UWT INSURANCE COMPANY, and PACIFfC INDEMNITY COMPANY have each "wAed and allesled these presents and affixed their corporate seals an this 17th day of May, 2007 / Drs.'..,, Kemeth C. Wendel, Assistant Seerawy f af) n; Vie STATE OF NEW JERSEY Cwny of Somerset ss. Onthis 17th day of May, 2007 before me,a Notary Ptft of New Jersey, pasonalycanes Kenneth C. Wen" Wine hhewn In be ASMA W Sscrelery of FEDERAL INSURANCE COMPANY, VW MT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the aonpanles which ehaMed the forepcnt Power of Mornay, and the said Kenneth G Wendel, being by me duly avm n, did depose end say that he Is Assistant Sewehey W FEDERAL INSURANCE COMPANY; VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows be corporate seats thereof, teal to scab aDhsd b the bnegoing Pawar W Attorney am such mnporats seals and were thereto affixed by authority of the Dr Lawn of said Compenbx and that he signed ssd Power of Albmey as .. Aesbtanl Seaetery of 88M ComPerseS by Ike Binh**,, aid Met he Is aaqualnted wWh David S. Norris, Jr, and knows him b be Vine Presdaa of said Companies; and that the Signature of David B. Nome, Jr., subsaibal to said Power W Albmay Is In the ghmane hadwddnp of David B. Noma. Jr., and vase thereo suburbed by aulhodly of said Sy Laws and In deparanra Presence. (.0— �1� jMW Ma a 7Comminlon &pires Oat. 25, =9 � � CERTIFICATION EnOSCt ham the By Laws of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, aid PACIFIC INDEMNITY COMPANY: All powers of atlomey for and an behalf W the Company may and shag be executed in the nerve and an behalf of the Campery, either by the Chetrmon or the Pmddaa err a Vim President or an Assistant Viva President, Jointly with the Ssaatary ar an Assistant SewaaW. under their respective designalsna. The signatwa W such offloers may be apreved Fkftd ar Wwomphed. The signature of each of the falbMng dfemre: ChWffnm% President say Vim Ismsid 6 any Assistant Vim President. any Secretary, my Assistant Seaetay and the seal W the Caryunny may be affixed by faeskdb b any power W Blaney or to any mrNmte reaffng gnareb eppdnMrg Asabfant Sewetariss arAtartays• Ise Fact for papmes onlycl asaatnp ad eteetng sonde ehd undertaMnpe and other wAdmge oNlgeary h Ma Pose thaeo6 and any such paver of attomeyor sad tale bearing such facalmile atgnature of fabseese said Shalt be waIld aid Mnding upon Me Company and any such paver ao emcutad and aertBed by such faeatmae agnabna so Teceknta searahal be valid and badhg upon he Company Orlin respect b any band ar undartaMng to which it b at ethecL• . 4 Kenneth C. Wald, Assistant Secretary or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY OW "CamPsnba') dD herebycaty that ro to raregahg exlraaWMSeyLowe dreg Compantesbrna and mneW, ... . p0 . ta.CsmlpsNes era duy 9oareed end ah/tdlhaad b hsniaW sway barMhmB h at 50 W tlaUmked Stataa WAmm[ceand the Dbbkl W Cafumtta and are authorized by to U.S. Treasury DepaNneM hsdhe , Fediund end Vigilant am licensed In PYato Film and lib U.S. Vk& Island(, and Federal Is kensed In Amadcmn Sneer, Guam and each W the PrdvhmsaWCanada exmpl Pdnm Edward Island; and (a) to iteyokp PowerWAltomey, b We. owed and In full fam sad artact. Gk"udanyhvdadseals Weald Canpambaat Wamsn,NJtfds 28thdayof May,2008 ALZ?Zz Kenneth CfWandal. Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (5108) 9D3- 3W e+melk surelv0Wmhb.com ' Form 15.10.02256• U (Ed. 5.03) CONSENT 0 9 State of New York County of Nassau On May 28, 2008 before me,. Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Federal Insurance Company 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. WITNESS my hand and official seal. MELISSA OWARD NOTARY PUBLIC, STATE OF NEW YORK NO.0IIHOGI a047 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2077 0 0 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis . DECEMBER 31, 2007 (n thousands of dollars) ASSETS Cash and Short Term Investments ............. $ 268,650 United States Government, State and 2,488,838 Municipal Bonds ......... ............................... 11,760,927 Other Bonds ................. ............................... 3,748,134 Stocks........................... ............................... 1,228,819 Other Invested Assets .. ............................... 1,813,473 TOTAL INVESTMENTS ............................. 18,820,003 Investments in Affiliates: 3,576,372 Chubb Investment Holdings, Inc .................. 2,488,838 Pacific Indemnity Company ............................ 1,842,863 Chubb Insurance Investment Holdings Ltd.... 886,556 Executive Risk Indemnify Inc ......................... 820,609 CC Canada Holdings Ltd ....... ........................ 567,070 Great Northern insurance Company ............. 374,275 Chubb European Investment Holdings SLP.. 304,522 Chubb Insurance Company of Australia ....... 178,307 Vigilant Insurance Company .......................... 150,317 Other Affiliates ................ ............................... 257,152 Premiums Receivable ...... ............................... 1,552,350 Other Assets .................... _.................................. 1.428.195 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses.... $ 11,665,892 Unearned Premiums ....... ............................... 3,576,372 Reinsurance Premiums Payable ............... 388,475 Provision for Reinsurance ............................ 152,814 Other Liabilities ................. ............................... 1,010,325 TOTAL LIABILITIES ........................... - ...... _... 15,793 878 CapitalStock ...................... ............................... 20,980 Paid - In Surplus .... ....... _ .................. - ...... _... 3,106,790 Unassigned Funds ....... - .. ............................... 9,749,409 SURPLUS TO POLICYHOLDERS.......... 12,877,179 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS ................ $ 29,671,057 TO POLICYHOLDERS ............................ $ 29,671,057 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $478,269,830 are deposited with government authorities as required by law. A CORRECT STATEMENT: �Pft EVAftorney -In -Fact Rita Sagistano Form 27 -10 -0073 (Rev. 4-08) 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 1 CONTRACT NO. 3975 105105041 -TR 6572535 - SA BOND NO. 52156023 -FE FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ beingattherateof$ TR• 60X7. 6perm,6A- 20%6.5pwmFE20X6.5perm thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, Slate of California, by motion adopted, awarded to KDC, Inc., dba Dynalectric, hereinafter designated as the "Principal', a contract for construction of TRAFFIC SIGNAL MODERNIZATION CONTRACT — PHASE 1, Contract No. 3975 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. 3975 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; Travelers CasuaOy and Surety Canpmry cf Amerke, NOW, THEREFORE, we, the Principal, and Safety Insurance Cmnpmty of AmsN"& Federal Insurance Comp any_ , 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 Eighty -Two Thousand, Four Hundred Sixty -Five. and 551100 Dollars ($382,465.55) 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, fall 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 Surely 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 Surely from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly e "ed by the Principal and Surety above named, on the tam day of May , 20d. KDC, Inc., dba Dynalectric (Principal) A rized Si ature/Title _ UAM B. DAVENPORT, SECRETARY 8& CFO Travelers Casualty and Surety Company of America, Safety Insurance Company of America 8 Federal Insurance Company Name of Surety A(Lithorized AgenteSignature 343 Thornall St., Edison, NJ 08837 - TR 1200 Macarthur Blvd., Mahwah, NJ 07430. SA 16 Mountain view Rd.. Warren. NJ 07069 -FE Rita Sagistano, Att)rney -In -Fact _.. Address of Surety Print Name and Title 732 - 3214600 -TR, 201- 327-6793 - SA 8 90&903 -7923 - FE Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California — County of Orange _ • On 1,1008 _ before me, _Rosemary B. Xi, Notar ry Public nine Ham Iroen Name annd Tale of the OROer personally appeared William B. Davenport Names) of S,g-e ,) �+ Co mrnaaon s tnran � v 1'uwic - catl O01"1111,911101"1111,9111, CoumM MMCarrtn► 6grirJU 21, 2D10 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islarmsubscribed to the within Instrument and acknowledged to me that hehd*ktep executed the same in hisfuglleir authorized capacity(ia:� and that by hisA= a ht signatureQs) on the instrument. the persorI4 or the entity upon behalf of which the person*acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea). Place Notary Seal A�ovo Signature..-.__ —_ _ sgnawr No Pu4FC OPTIONAL Though Though the information below is not required bylaw, it may prove vahrable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document ,ate Title or Type of Document: �I_IM I �rx{bvWlAneG t v.r'!!�,_ -___. Document Date: May It- 1008 __— Number of Pages: �• _.. —_ Signer(s) Other Than Named Above: tclM 9AQrHVTO Capacity(les) Claimed by Signer(s) Signer's Name: William 8. Davenport -.I individual XI Corporate Officer— Title(s): Zegr ty._�_CFO ;I Partner----] Limited . -_ General !'I Attorney in Fact Trustee Mh 'P 'I Guardian or Conservator i Other:... .. ._..__.._..._._._ —. I Signer Is Representing: KDC Inc. d_b_a Dynalectric_ a KDC Systems - -T db Name: __.._. C l In ' 'dual 1Corpor Officer— TRIe(s):_ J Padner —. 'mited ❑Genera! "1 Attorney In Fact I ;Trustee L. Guardian a Cons L Other: Signer is t[(b)Naiu•ai Nnury A.aur.0npn•A3:AI ne SMO A�n.,t'd.ROx 2M2•(TalsvrorlA.CA 9f:fl:ii'A[q•www NafanruNde•Ya`9 imm Y590� �,: �f rdw�eef�mw err:rxer TRAVELERS Farmington POWER OF ATTORNEY Farmington Casually Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 219656 Certificate No. 0 0 2 3 5 62 6 2 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Memory Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Mary Alice J. Corbett, and Camille Maitland of the City of Garden City , State of New York , their true and lawful Anomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,kusiness of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pk in atdry ons o loceedings allowed by law. °°` ` $� >® 18th IN WITNESS WHEREOF, the Compggi day of have caused this ins to'rbe 5lfdne nd l cpFrate seals to be hereto affixed, this February aUUtS Farmington Casualty C�,�`i�,�gpq gAa($st. �y St. Paul Guardian Insurance Company Fidelity and Guaranty p St. Paul Mercury Insurance Company Fidelity and Guaranty Insu nderwrR['ers, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company pl.5a,� :1rEi' ffn b `Fq IXg4 �1XXVgo FMy aaa��fr/Xtq/n �yyppw yy�.� a]Xll r.,I��X 9 �.. -.... g -m TJ<f y 'A %fpFG —flF)Ay = �,,VOPXle A MOAlfe�a F ��U O �9 tts 4jt'a,aw+d` 54..,fl° ° rs'.,,, ",-"✓ :;�; •� 'O < � . � esa� State of Connecticut City of Hartford ss. By: ✓ — /G-w& Thompson, nior ice President On this the 18th day of February 2008 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . p,T[T In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. # p�tp 58440 -5 -07 Printed in U.S.A. Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the'W ority of the following resolutions adopted by the Bre rdslWirectors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, mrognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, St. Pan[ Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of.America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and afte3 the seals oP said Companies this 28TH day of MAY _20 08 Koti M. Assantistant Sec o�p� ^awu,.�ry °JNE men x 'o nq i�SxB ,aj �xsva n ^yur ^x<� War esft'a-IN 98 RV® ^ ^t tan 192 � t? _ �; g xna wao. x�p aa �# 7 4. a `, � go To verify the authenticity of this Power of Attorney, call I- 800.421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. OF ATTORNEY 0 0 State of New York County of Nassau On May 28. 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Travelers Casualty and Surety Company of America 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. WITNESS my hand and official seal. n. MELISS HOWARD NOTARY PUBLIC, STATE OF NEW YORK NO. (1N06173941 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 • • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD. CONNECTICUT 06153 FINANCIAL STATEMENT AS OF DECEMBER 31, 2007 AS FILED N THE STATE OF NEW YORK CAPITAL STOCK $ 6.000,000 CASH S R4VESTED CASH S 74.675.111 UNEAFB'w PREtgAm S 830A9B,152 BONDS 3,171ANA10 LOSSES 907,184253 STOCK 14,356.947 LOSS ADJUSTMENT EXPENSES 153,32D425 WVESTMENT INCOME DUE AND ACCRUED 42220,864 COMMISSIONS 36,054,809 PAEMILM BALANCES 158,6RAM TAXES, LICENSES AND FEES 19,747,911 NET DEFERRED TAX ASSET 43,989,888 OTHER EXPENSES 34,444,038 REINSURANCE RECOVERABLE 7.619,102 FUNDS HELD UNDER RaNSURADICE TREATIES 123,307214 OTHER ASSETS 3. 744.962 CURRENT FEDERAL AND FOREIGN INCOME TAXES 21.678,125 REMITTANCES AND ITEMS NOT ALLOCATED S9,fi53,721 AMOUNTS WIT10E'LDI RETAINED BY COMPANY FOR OTHERS 34,315,E PAYABLE TO PA1Rmur. SUIBBIDIARRE36 AFF'AIATES 58,'132,804 !RETROACTIVE REINSURANCE RESERVE 23,913,669 POLICYHOLDER DN83ENDS 8,740.193 PROVISION FOR IWNSU RANCE 5510,971 CEDED FONSUR{ANDE NET PREMIUMS PAYABLE (gr5,036,t01) OTHER ACCRUEDEXPEN SES AND LIABILITIES 141,704 TOTAL LIABILITIES f CAPITA. STOCK S 6.0MAOD PAID IN SURPLUS 303.297.402 07TE11 SURPLUS 881,919 76 TOTAL SURPLUS TO POLICYHOLDERS i2 7 TOTAL ASSETS 33}565 1A6f 1 TOTALLL48RiT1E886URPLUS 1086 STATE OF CONNECTICUT COUNTY OF HARTFORD ),43. CRY OF HARTFORD LAWRENCE R SIUTA SLING DULY S WORN. SAYS THAT HE IS CHIEF FINANCIAL OFFICER . TRAVELERS BOND 3: FINANCIAL PRODUCTS, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS *WWLEORE AND BELIEF, THE FOREGOING 18 A TRUE AND CORRECT STATEMENT OF THE F9.64NDML CONDITION OF SAID COMPANY AS OF THE 31st DAY OF DECEMSM 2007. SUBSCRIBED AND SWORN TO BEFORE ME THIS 11th DAY OF MARCH, 2008 A `0 1 %c =r•'tn MARIE' ( ". TETR- °A0[J Lilt" rrr PztbJrc rnnr1iuzv++ IIpx'. Jm!r ih, ;011 POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 13188 Salem Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each Washington corporation, does each hereby appoint — RICHARD G. AVERY; THOMAS BEAN; KAREN BOWLING; MARY ALICEJ. CORBETT; PETER EJONES; SUSAN LUPSKI; GERARD S. MACHOLZ; CAMILLE MAITLAND, DIANA L PARKER; ROBERTT. PEARSON; RITA SAGISTANO; Garden City, New York; KATHLEEN M. CRISTIANO; JOSEPH DOBKOWSKi, JR., ADRIANNE SCALERA; Clark New Jersey; RUSSELL M. CANTERBURY; JOANN DOMBROWSKI; MARION R VAIL; Farmington, Connecticu Matra its true and lawful aaomey(s)4 fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bird the nxpeative company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day February 2008 .4rxx� l Ali STEPHANIE DALEY- WATSON.SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety, operations, shall each have authority to appoint individuals as attomeys - intact or under other appropriate fides with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a faosimlla thereof, may be impressed or affixed or in arty other manner reproduced; Provided. however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28.1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (� The provisions of Article V, Section 13 of the By4-aws, and Pi) A copy of the power-of-attorney appointment, executed pursuant thereto, and (Iii) Certifying that said power- of- attorney appointment is in full force and effect, the signature of the certifying officer may be by (acetm7e, and the seal of the Company may be a facsimile thereof." I,Stepharde Daley- Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the Bylaws and of a Resolution of the Board of Dlrectors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct and that troth the By -Laws, the Resolution and the Power of Attorney are still in full force and affect IN WITNESS WHEREOF, I have hereunto set my hand and affhted the facsimile seal of said corporation SEAL B-0974/DS 4105 this 2811h day of May • 2008 �lrplxtvc4i .e�ta,!�4la.� STEPHANIE DAM-WATSON, SECRETARY Safaw@ and the Salem logo are mgkwed trademarks of Santo Corporation. WEB PDF 0 0 State of New York County of Nassau On May 28, 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Safeco Insurance Company of America 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. WITNESS my hand and official seal. MELISSA OWARD NOTARY PUBLIC, STATE OF NEW YORK N0.01HO6173941 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 0 0 SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT — DECEMBER 31, 2007 Assets Cash and B=kDcposits . . ............. ........ . .... . ..... $ 53,483,126 *Bonds —U.S Govcrauracnt ............._........ .........._..........16,728,067 *0fficrBonds........._......_... ._.._._........_.._;........_.. 2,478,711;287 *Stocks ... .... .... .......... ............... . I . .............. . ........ 499,23 . 5,954 Real 0 AgcW Balances or UncoRceted Premium. .... . ...... ... 625,5 53,621 Accrued Interest and Rents ............... . ................. 33,936,490 OtherAdon fitted Assets........_. ....._........_.._ ............. 359329.572 Total Adndttcd Assets .--------..--. 54AEZa4%117 SEAL Liabilities Untamed Premium._.._....._ ............_. ................. S 728334A02 Ramt for Claim and Claim Expense:............_.._1360,913,950 Funds Held Under Remunerate Treaties ............... 430,979 Rome for Dividends to Policyholders 7,421,611 Additional Statutory Reserve ..._ ............... ... ....... Reserve for Comanigsions, Taxes and Other liabilities......._..__....._. . ...................... 936336881 Total — --- — - — — -------- 53,228037423 Special Surplus Funds ......... S 226,334 Capital Stock ...... . ................. . ..... 5 Poo,= Paid in Surplus......._ . ................_....275,002$73 Unassigned Swplus ................... 558381,487 Surplus to Ponqholders ---------------- 838,61004 Total LiabBilics, and Bonds are; stand at aaawti;ecd orionostuacat value; Stocks at Association Market Values. Securities carried at S124^976 we deposited as required by taw. 4 TIM MKOLAJEWSEL Senior Vice-Prasidust of SAPECO bunwanot Company of America, do hereby certify that dac la-gobag is a true, and correct statcancart, of the Assets and Liabilities of said Corporation, as of Docanbor 31, 2OD7, to the best of my knowdz4gc and bclicE IN wmms wmwm, I have hereunto set my band and affixed the wal of said Corporation at Seattle, Washington, dds 1st day of March, 2008. G-1262a 309 0F 0 0, .P. W-1011 OA modarod i Chubb PIER Federal Insurance Company Attn: Surety Department Ic Sure Vigilant Insurance Compan 15 Mountain View Road i ATT NEY Padt7c Indemnity Company Warren, NJ 07059 �o Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, IGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin ccoorrppooration do each hereby constitute and appoint Thomas Bean, Maryry Alice J. Corbett, Kathleen M. Cristiano, Joseph Dobkowsk# Jr. Peter F. Jones, Susan Lupskl, Gerard S. Macho, Camille Maitland, Diana L. Parker, Robert T. Pearson, Rita Sagistano and Adrianne Scalera of Garden City, New York------- ---- -' oath as their true and tmvU Abomey- b- Fact to ezeCula undersudh designation in Nair names and to aft t hakoarpareb seals to and definer for and on thek behatas steely thereon a oaehvfs% bonds and wWorakinga and attar hwigaga obtiga[ary in fro nature thereon (other dart bag bonds) Chinn or exedded In ire eorass of busks;, and any Insamads amending or atedn9 the same, and aorvants to to moll mum or alteration of anyImirument referred b in said bonds or obrgatkm. in Wknas whaved, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE t these presents and affixed their corporate seal; on this 17th day of May, 2007 Kenw h C. weMet. Aaaialanf seem" STATE OF NEW JERSEY County of Someham as. on axis 17th day of May, 2007 barge me, a Notary PUM of New Jersey, peraonmy cams Kemal; C. Wendel, ro'me law" to be AscislarN Searsary d FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY: atl PACIFIC INDEMNITY COMPANY, the emtwdes winch shaded the foregoing Power of Mornay, and the aid Kenneth C. Wendel, being by me day am m, old daposs and say Drat he Is Aeabmnl Seaway of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, end PACIFIC INDEMNITY COMPANY and kneas the aorpaaa teak fareof. fret the 6016 dtaad 1191 naegokhg Pawsr of Attorney are such corporate seats and vye thereto afkad by aukhafy of the By laws of said Comparhbs: and fat he signed saM Power d Atwaay as .. Aastsarlt Saaetay of said Cor panIm by We sutwdly, and that he in saw~ with David B. Nadu, Jn, and knows hire to be Vice President of aid CompvdeC and to the sgmkaa of David B. Norris, Jr.. abserlbed to sold Power of Allanay Is In the gamine had vrWNV of DwM S. Norrk. Jr., and was thereto m0marlbad by UUOW* of and By- L1wa and M dWmwrs presences cilm &Notary Commission fiptm Od. 25, 2009 Noary Pub I — CERTIFICATION Exited fran the By. Laws of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: All Powets of attorney for and On banal d the Company my and ahat be wwAW In the name and on behalf of Ilse Company. alas by the Chafmren or to President or a Vice President a an AsskaM Vice PreetaaK Jointly with the Sea tW ar an Assistant Saaetary, under tab respective designations. The annum Of such of iNd may be ahgrevad. Printed orO wgraphed. The sigrabre of each of the blbrdng oilers: chairman. Preside t, any Vice P addenL any Assistant V100 Pf"WW1, any Seaeary. my Asskant Se OMW W4 the I" or to Canpa y may be alfbed by hrcaknra b any pmvecof aaomey a b any oerbTiwte row" t crab appobdkD Assistant Secretaries orAtlomsys- In. Fast for purpam anlyol axwAng and a0aatng bonds and undaraldnpe and Other wraags Obligatory in the nature t Bred. and any such paws of albmeyor cedi ate baring such faceknlle>»Cnetae a faechhtl6seal shall bar veld mid binding Upon the Company mad any such Power a ammutad and ertfbd by such seaside algraNre and fmceank sear'NWI be wild and binding tom the Cmpeny with msped lo ewbad m undahkbp tm wtgch t b oudwe . 4 Kenneth C. Wendel. Assistant Secretary W FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY Phu'Cumpanbn) do hereby certify that M thsbnadngsdradafto BY- Laws of the OOmpaaa Is to and correct. . rill . to ConpaMw are day tcahad and authorized to twniera sure* business in ell f0 arts United States orArnerka and the Cam of Comore and are auIlOtmd by the U.S. Tresavy Depart n t bMar. Federal and Vlgtiand are tensed a Puab Rte and ire U.S. Vk91n islands, and Federal In fenced In Mfldan Seam. Guam, and each of t the ProWna"Carada wept Pdha Edvrard Island, and (Dj to trpokq PnwerdAttumey Is Ww conval and In fug bra and effea . Oken under myhand and "ate cnsaM Campadas N Warren, NJ this 20th day of May, 2008 UK*] 4LZ9Z KennethofWandeL Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (ON) 903- 3M Fax (908) 903- 3656 9-mall: yxisb tistscont Form 15-10. 0225& U (Ed. 5-08) CONSENT 0 State of New York County of Nassau L, On May 28, 2008 before me, Melissa Howard, Notary Public, personally appeared Rita Sagistano, Attorney -in -Fact of Federal Insurance Company 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 /shelthey 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. WITNESS my hand and official seal. MELISSA OWARD NOTARY PUBLIC, STATE OF NEW YORK NO.01NO61TS841 QUALIFIED IN SUFFOLK COUNTY TERM EXPIRES SEPTEMBER 4, 2011 0 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS ASSETS Cash and Short Term Investments ............. $ United States Government, State and Municipal Bonds ......... ............................... 11,760,927 Other Bonds ................. ............................... 3,748,134 Stocks........................... ............................... 1,228,819 Other Invested Assets .. ............................... 1,813,473 Statutory Basis DECEMBER 31, 2007 (in thousands of dollars) 268,650 TOTAL INVESTMENTS ............................. 18,820,003 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses_.. $ 11,665,892 Unearned Premiums ....... ............................... 3,576,372 Reinsurance Premiums Payable ............... 388,475 Provision for Reinsurance .......................... - 152,814 Other Liabilities ................. ............................... 1,010,325 TOTAL LIABILITIES 16,793,878 Investments in Affiliates: Chubb Investment Holdings, Inc .................. 2,488,838 Capital Stock ....................... _............................ 20,980 Pacific Indemnity Company ............................. 1,842,863 Paid - N Surplus ............ - ._............................ 3,106,790 Chubb Insurance Investment Holdings Ltd.... 886,556 Unassigned Funds ........... ............................... 9,749,409 Executive Risk Indemnity Inc ......................... 820,609 CC Canada Holdings Ltd ............................... 567,070 , Great Northern Insurance Company ............. 374,275 SURPLUS TO POLICYHOLDERS.......... 12,877,179 Chubb European investment Holdings SLP.. 304,522 Chubb Insurance Company of Australia ....... 178,307 Vigilant Insurance Company .......................... 150,317 Other Affiliates ................ ............................... 257,152 Premiums Receivable ...... ............................... 1,552,350 Other Assets .._..... ............... ............................... 1.428.195 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS ................ $ 29,671,057 TO POLICYHOLDERS ......... ..... _ ......... .. $ 29,671,057 investmerds are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $478,269,830 are deposited with government authorities as required by law. Fom 27 -10 -0073 (Rev. 4-D8) 1w�! A CORRECT STATEMENT: M. ARSH CERTIFICATE NUMBER NYC- 002854549 -01 PRODUCER TNS CERTRK:ATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 601 MERRITT 7 POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE KIM RICHARDSON FAX (203) 229 -6787 AFFORDED BY THE POLICIES DESCRIBED HEREIN. EMCOR.CERTREQUEST@MARSH.COM COMPANIES AFFORDING COVERAGE NORWALK, CT 06856 -6010 - COMPANY 8870 -KIR- OED -07 /08 ABDFG X A CONTINENTAL CASUALTY COMPANY INSURED COMPANY KDC INC B AMERICAN CASUALTY COMPANY OF READING, PA D /B/A DYNALECTRIC 4462 CORPORATE CENTER DRIVE COMPANY LOS ALAMITOS, CA 90720 C N/A -- - COMPANY D BES TN9-.Cerl "e'supsrsedes Rid Eopieces a;6y` ibviously Issued certtlleaie fa the policy porioA noted below. THIS IS TO CEP.TTrY TINT POLEIES OF INSLFWdE DESCROEO IIEREIN HAVE BEEN ISSUED TO THE INSURED NAMED I[REN FOR 1HF POLCY PERIOD INDICATED NOT KSTM r%G ANY HF.pptFIFNT, TERM OR COt" tON OF ANY CONTRACT OR OTHER DOCUNENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE SSUEOOR AIAY PERTAIN THE INSI9ANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY POLICY NUMBER EFFECTIVE DATE(MMIDDNYI POLICY EXPIRATION DATE IMMIODNY) LIMITS • BENERALLIABIUTY GL 2095783234 10101707 10/01/08 GENERAL AGGREGATRE 6,000,000 PRODUCTS - COMPIO 14,000,000 X COMMERCKI- GENERALLIABILDY "$350,000" CLAIMS MADE OCCUR COMBINED SINGLE LIMIT V• PERSONAL &AM' INJ 2,000,000 OWNER'S& CONTRACTOR'S PROT EACH OCCURRENCE EACH OCCURRENCE 2.000.000 FIRE DAMAGE(Anyo_n 500,000 X DEDUCTIBLE GGREGATE APPLIES MEDEXPAn one r 25,000 A AUTOMOBILE LIABILITY BUA 2095783282 10/01/07 10/01/08 COMBINED SINGLE LI 2,000,000 • ANY AUTO "$350,000" BODILY INJURY $ ALLOWNEDAUTOS COMBINED SINGLE LIMIT SCHEDULEDAUTOS EACH OCCURRENCE (per Person) _ • BODILY INJURY (Per accident) $ HIRED AUTOS NON- OWNEDALROS DEDUCTIBLE • X PROPERTY DAMAGE $ UTO PHYSICAL DAMAGE 500 COMP!$500 COLL DED GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ • EXCESS LIABILITY L 2068208285 10/01/07 10/01108 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 UMBRELLA FORM $ OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY WC 295783217 (CA) 10/01/07 $350,000 10/01/08 T EL EACH ACCIDENT $ 1,000,000 EL DISEASE - POLICY LIMB $ 1,000,000 THEPROPRIETOW X INCL OFFIC VE OFFICERS ERSrEXECUTI ER$ ARP 'EXCL COMBINED SINGLE LIMIT EACH OCC- DEDUCTIBLE EL DISEASE -EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF DPERATION S/LOCATIONSMEHICLESSPECIAL ITEMS RE: 38046 - NEWPORT BEACH TRAFFIC SIGNAL MODERNIZATION PHASE 1 - CONTRACT NO. 3975 ADDITIONAL INSURED UNDER ALL POLICIES (EXCEPT WORKERS' COMPENSATION & EMPLOYERS LIABILITY) WHERE REQUIRED BY CONTRACT. CITY OF NEWPORT BEACH, ITS OFFICERS. AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS. COVERAGE PROVIDED TO THE ADDITIONAL INSUREDS IS PRIMARY 8 NON- CONTRIBUTORY WAIVER OF SUBROGATION IN FAVOR OF jiBRTIFICATE HOLDER -.:. CANCELLATION vq.w, AN ('V rrt M1R.£S Ut%MILFD XERPN eE CANCELLED BEFORE THE E%PIRATIW CAIt NhrtEOF THE MSV R AFHTWM:. CO HA £ N1LL DKff&VSV-M MML ' [1 DAYS WRITTEN NOTICE TO THE CITY OF NEWPORT BEACH CERTIFICATE HOLDER NAMED HEREIN �X PUBLIC WORKS DEPARTMENT ATTN: BRAD SOMMERS E 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 AUTHORIZED REPRESENTATIVE Marsh USA Ina. N. .L„i BY: John Lapreay {" r� -_ ': :, VALID AS OF:05/27/08 hWITIONAL INFORMATION PRODUCER MARSH USA Inc. 601 MERRITT 7 KIM RICHARDSON FAX (203) 229 -6787 EMCOR.CERTREQUEST @MARSH.COM NORWALK, CT 06856 -6010 958870- KIR -DED -07/08 _ ABDFG INSURED KDC INC D /BIA DYNALECTRIC 4462 CORPORATE CENTER DRIVE LOS ALAMITOS, CA 90720 enc CONTINUED FROM DESCRIPTION SECTION: ADDITIONAL INSUREDS UNDER ALL POLICIES. enle n��uen CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ATTN: BRAD SOMMERS 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 COMPANY E COMPANY F COMPANY G COMPANY H Mann USA Inc. Mhn Laof"y DATE IMMODNV) NYC- 002QW49 -01 05/27/08. COMPANIES AFFORDING COVERAGE • • POLICY NUMBER GL 2 095 78 3 234 CG 24 04 10 93 Continental Insurance Co 10101/2007 10/01/2008 THIS EVD0RSENENT CHANGES THE POLICY. PLEASEREAD ITCAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Tbis endorsement mo dfies insurance providedunder the following: COMMERCIAL GENERAL LIABILTTY C3VE2 AGEPART SCHEDULE Name of Person or Organization: RE: 38046 - NEWPORT BEACH TRAFFIC SIGNAL MODERNIZATION PHASE 1 - CONTRACT NO. 3975 CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as appli cable to this The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "yourwork" done under a contract with that person or organization and included in the "products- completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services 0f6ce, Ht F..s &Sues Reorder No. 14 -5478 0 0 WORI�ERS COMPENSATION AND EMPLOYERS' UABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TOR ECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It Is agreed that Part One -Workers' Compensation Insurance G. recovery From Others and Part Two - Employers Liability Insurance H. Recovery From Others areamended by adding thefollowing: We will not enforce our nghtto recover against persons oroiganizations. [This agreement applies only to the extend that you perform work undera written contract that requires you to obtain this agreement from us.) PREMUM CHARGE - 5% of the total standard premium for C alifornia exposure. Endonement Effective 10101/2007 10!6112008 Policy No. WC 295783217 Insured Transportation Insuanm Compary G -191 80 -A (Ed. 01/93) POLICY NUMBER Continental Casualty Co. a GL 2095783234 10/01/2007 1010 U2008 C] Formerly Known As CG 20 10 11 THIS ENDORSEMENT CHANCES THE POLI CY. PLEASE READ IT CAREFULLY. ADDITI ONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM E) THIS ENDORSEIv= MODIFIES INSURANCE PROVIDED UNDER THEFCLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART NW&M NAME OF PERS ON OR ORGANIZATION: RE: 38046 - NEWPORT BEACH TRAFFIC SIGNAL MODERNIZATION PHASE I - CONTRACT NO 3975 CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS (IF NO ENTRY APPEARS ABOVE, INFORMATIONREQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APP LICABLE T O THIS ENDORSEMENT) WH O IS AN INSURED (SE CTICN II) IS AMENDED TO INCLUDE AS ANINSURED THE PERSON ca ORGANIZA.nON SHOWN INTHE SCHEDULE, BUT ONLY WITHRESPECTTO LIAB=Y ARISING OUT OF "YOUR WORK" FORTHATINSURED BY OR FOR YOU. Includes copyright material of Insurance Services Offices, Inc. used with its permission Formerly Known As CG 20 10 11 85 Ha i F.. & Service: Reorder Na. 149389 0 0 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AS REQUIRED BY CONTRACT THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING BUSINESS AUTO COVERAGE FORM S CtIEDULE NAME OF PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE GBLIGATED TO PROVIDE BUSIIgSS AUT0LIABILTTYINSURANCE COVERAGE AS AN ADDITIONAL INSURED BY CONTRACT OR AGREEMENT, EK CEP TTHAT WITH RESPECT TO A TRAILER DESIGNED FOR USER WITH PRIVATE PASSANGER AUTO, OWNED, HIRED BY, OR LOANED TO THE NAMED INSURED OR ANY EMPLOYEE WHILE INTHE COURSE OFBUSINESS OF THE NAMED INSURED, THE PROVISION OF THIS ENDORSEMENT SHALL ONLY APPLY TO SUCH PERSONOR ORGANIZATION UNDER A CC&TIRACT OR AGREEMENT PARAGRAPH 1.WHOISANINSURED (Section II- LIABILITY COVERAGE) IS AMENDED TO INCLUDE AS ANINSURED. THE PERSON OR ORGANIZATION SHOWNIN THE SCHEDULE, BUT ONLY WITH RESP ECT TO LIABILITY ARISING OUT OF THE OWNERSHIP, MAINTENANCE OR USE OF A COVERED AUTO OUR LU= OF LIABILITY FOR THE ADDITIONAL INSURED WILL NOT EXCEED THE LINIITS CF LIABILITY CF THIS POLICY. THE INCLUSIONMORE THAN ONE INSURED IN THIS POLICY WILL NOT OPERATE TO IN CREASE THE LIMIT OF THE COMPANY'S LIABILITY Ths enrbrservent is part of your policy and takes effed onthe effective date of yourpolicy, unless another eflictiw date skownbelow. Must Be Completed POLICY NO. BUA 2095783282 CNA MRWIM03131,15 G- 39543A Crnnplele 0r&y Wlen Tiff Erdorsentent Is Not Pnpu.d Weh the Policy 0 rIs Not tobe Effective withthe Policy ISSUED TO EFFECTIVE DATE OFTIES ENDOMEMENT EMCOR GROUP, PrC 10/01/2007 10/01/2008 0 THIS ENDORSEMENT CH ANGES THE POLICY. PLEASE READ IT CAREFULLY. ADD IIIONAL IN SU RED PRIMARY COVERAGE THIS ENDO 16EMENT MODIFIES IN SURANCE PROVIDED UNDER THE FOLLOWING: C OM ME RCIAL GENERAL LIABILITY COVERAGE PART. 0 IT IS AGREED THAT ANY PERSON OR ORGANIZATION DESCRIBED BELOW IS AN ADDITIONAL INSURED, BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OFTHE OPERATION PERFORMED FOR THE ADDITIONAL INSURED BY OR ON BEHALF OFTH E NAMED INSURED. THE INSURANCE AFFORDED TO SUCH ADDITIONAL INSURED IS PRIMARY. ANY OTHERINSURANCE SUCH ADDITIONAL INSURED MY HAVE WILL BE NON - CONTRIBUTING. ANY OTHERENDORSEMENT, PROVSIONS, CONDITIONS AND EXCLUSIONS OF THIS INSURANCE SHALL REMAIN UNCHANGED AND APPLY TO THE ADDITIONAL MU RED DESCRIBED BELOW. This endorsevents part of y= policy and takes effect on the effwtivedale of yow' policy, mdess ano tivs effective dateis sba nbelow. Mut Be Completed ENDT. NO, POLICY NO 64 GL 2095783234 - Continental Casualty Co. CNA ForAI1 The Comndtmerts Y w Mahe Complete Only When TILL EY&rsernent is Not Prepared With the Policy O rIs Not tope Effective with the Policy ISSUEDTO EFFECTIVE DATEOF EMCORGROUP, INC, THIS ENDORSEMENT 10/01/2007 10/0112008 G- 39543A Fax #: 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 05/28/08 Dept. /Contact Received From: Shauna Oyler Date Completed: 5/28/08 Sent to: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: KDC Inc GENERAL LIABILITY A. INSURANCE COMPANY: Continental Casualty Company B. AM BEST RATING (A: VII or greater): AXV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1 M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No N Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes N No I. 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. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Continental Casualty Company B. AM BEST RATING (A: VII or greater) AXV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? $2,000,000 CSL E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. 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. • • lit. WORKERS' COMPENSATION A. INSURANCE COMPANY: American Casualty Company of Reading, PA B. AM BEST RATING (A: VII or greater): AXV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® Yes ❑ No Quest - Business License Application Page 1 of 1 Business License Application - eReceipt Monday, June 02, 2008 Welcome Rosemary ogout I edit profile 6/2/2008 Congratulations Rosemary! Your Business License Application has been submitted and your payment has been received. Your application will now be reviewed by a staff member and then approved accordingly. Please wait 10 business days to receive your Business License Certificate via Postal Service. You may login to Quest at any time to view the status of your request. Receipt No: Business License #: Total Amount: Please help us improve our services: Take a 30 second Survey View naQuests Please print this receipt for your records. Print Receipt 133034691 BT30023669 $218.00 City of Newport Beach - 3300 Newport Blvd - Newport Beach - California - 92663 https: / /www5. city. newport- beach.ca.uslquest_toolbus_ license /receipt. aspx?receipt--1330... 06/02/2008 Encompass Detail Acct. Type: Business Tax License #: BT96008371 Q Bus. ID: 0018885 Name: KDC INC DBA DYNALECTRIC Owner KDC, INC Name: Owner C Type: Exp. Date: 6/30/2006 S Addy: 4R62 CORPORATE CENTER S Addy 2: Ad : LOS ALAMITOS CA Zip / Zip: 90720 B Addr1: R62 CORPORATE CENTER B Addr2: B Addr3: LOS ALAMITOS, CA B Zip: 90720 Phone: 714-828-7000 FEIN: 953041910 SEIN: 770706 Established: 711/1996 SIC: 1731 - ELECTRICAL WORK Owner #: 0018885 # of Emps: 1 usrl: 84896 usr2: BT96008371 usr3: usr4: usr5: usr6: uar7• I&Sta Microsoft... Inbox - Masten.., i]http: / /... ra V2 1 California Business Search 0 0 Page 1 of 1 We1�t1'111171111 L1S +Ill f=SS I' ci� uC�t:itc DEBR_3BONVEN DISCLAIMER: The information displayed here is current as of MAY 16, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation KDC INC. Number: C0770706 Date Filed: 6/1/1976 Status: active Jurisdiction: California Address 4462 CORPORATE CENTER DRIVE LOS ALAMITOS, CA 90720 Agent for Service of Process CORPORATION SERVICE COMPANY WHICH WILL DO BUSINESS IN CALIFORNIA AS CSC - LAWYERS INCORPORATING SERVICE 2730 GATEWAY OAKS DR STE 100 SACRAMENTO, CA 95833 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http: / /kepler. ss.ca.gov /corpd ata /ShowAi lList ?QueryCorpN umber— CO770706 &pri... 05119/2008 Check A License: Contractor's License Detail Page 1 of 2 4 Skip to: CSLB Home I Content i Footer I Accessibility arch Department of Consumer Affairs A 1►GrOV Contractors State L. ns oard -e 1l; tr11411II111)�p(t t�il�.�tlf i. '1 1,plilmliIIIIIII li,;l)i ki11'I #d lallll�Iwe CSLB Newsroom Board and Committee DISCLAIMER. A license status check provides information taken from the C Meetings license database. Before relying on this Information, you should be aware of the Disaster Information following limitations. Center CSLB Library Frequently Asked Questions Online Services • Check A License or HIS Registration • Filing a Construction Complaint • Processing Times • Check Application Status • Search for a Surety Bond Insurance Company • Search for a Workers' Compensation Company • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to put complaint disclosure, a link for complaint disclosure will appear below. Click on the link or obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disc • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitra • Due to workload, there may be relevant information that has not yet been entered onto th[ license database. License Number: Business Information: I............. Entity: Issue Date: 550173 Extract Date: 04123121 KDCINC dba DYNALECTRIC 4462 CORPORATE CENTER DRIVE LOS ALAMITOS, CA 90720 Business Phone Number: (714) 828 -7000 Corporation 12/06/1988 How to Participate Expire Date: 12/31/2008 License Status: This license is current and active. All information below should b. reviewed. Classifications: CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR C10 ELECTRICAL C -7 LOW VOLTAGE SYSTEMS B GENERAL BUILDING CONTRACTOR ...... ... ..... .._. C31 CONSTRUCTION ZONE TRAFFIC CONTROL ... ............ ... C46 SOLAR Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 103581572 in the am, of $12,500 with the bonding company TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIC Effective Date: 01/01/2007 http: / /www2.cslb.ca.gov/ General- Information/interactive- tools /check- a- license/License +... 04/23/2008 Check A License: Contractor's 16ense Detail Page 2 of 2 Contractor's Bonding HistOry BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 10349 for CHRISTOPHER ANTHONY PESAVENTO in the amount $12,500 with the bonding company TRAVELERS CASUALT) AND SURETY COMPANY. Effective Date: 01101/2007 BOI's Bonding History Workers' This license has workers compensation insurance with the Compensation: AMERICAN CASULATY COMPANY OF READING PA Policy Number: WC295783217 Effective Date: 10/0112007 Expire Date: 10/01/2008 Workers' Compensation History Miscellaneous DATE DESCRIPTION Information: 01/3012001 CLASS A REMOVED Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers I Contractors I Applicants I Journeyman I Public Works I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright © 2007 State of California http: / /www2.cslb. ca. gov/ General - Information interactive- tools /check- a- license/License +... 04/23/2008 Contractor License Personnel L't Page 1 of 1 • Skip to: CSLB Home I C ntent I Footer I Aocessibilily arct Department of Consumer Affairs ... r M=V Contractors Mate L.i9 %hoard , t1 1'11ii al llil'J: Y r 1 _71� 1' .k ,ljj.�t lll� lld l 1`' 11G 1i 1 1 11.1 1111H-41 1111! ,� 1 1 p H IIIIHI: 411 IM z %1 9 npbwJs' It" CSLB Newsroom Board and Committee Meetings Disaster Information Center CSLB Library Frequently Asked Questions Online Services • Check A License or HIS Registration • Filing a Construction Complaint • Processing Times • Check Application Status • Search for a Surety Bond Insurance Company • Search for a Workers' Compensation Company How to Participate c< Retu n to License Detail Contractor License #: 550173 Click on the person's name to see a more detailed page of information on that perso, NAME TITLE DENNIS PHILIP OFFICER QUINN GARY RICHARD RME FERNANDEZ HENRY DIAS RMO WILLIAM BELL RMO DAVENPORT CHARLES MICHAEL RMO SLOAN RICHARD EMIL RME CAMPBELL DANIEL ALLEN RME ASSOCIATION DISASSOCIATION CLASS DATE DATE 12/06/1988 07/03/1991 04/21/1992 0412812000 B 11/13/1996 10/01/1997 A 10/01/1990 08/10/2000 C-7 12/06/1988 11/01/1999 C10 .... . ............. 02/21/1991 12/01/1991 A 07107/2000 11/01/2000 A HEBERT CHRISTOPHER RMO /CEOIPRES 0612811999 ANTHONY PESA\�ENTO C10 Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info CSLB Home I Conditions of Use Privacy I Contact CSLB Copyright © 2007 State of California http: / /www2.cslb.ca. gov/ General- Infonnationlinteractive -tools /check- a- licenselPersonnel... 04/23/2008 Other Licenses for Personnel • • Page 1 of 1 Skip to: CSLB Home I Content I Footer I Accessibilily earcf Department of Consumer Affairs 0w 4v Contractors State Lie board [l liu1111 'ktkttif {�i% 16Ii�Altlt�l��Jtft i l 4ttil. i111 p .€:E : tk9t141 ll,�;1 !lemma lWo CSLB Newsroom Board and Committee Meetings Disaster Information Center CSLB Library Frequently Asked Questions Online Services • Check A License or HIS Registration • Filing a Construction, Complaint • Processing Times • Check Application Status • Search for a Surety Bond Insurance Company • Search for a Workers' Compensation Company How to Participate << Return to License Detail Contractor License #: 550173 Select the license name you would like to check for additional status details. CONTRACTOR'S NAME GARY RICHARD FERNANDEZ HENRY DIAS WILLIAM BELL DAVENPORT ..... ........ CHARLES MICHAEL SLOAN .... .. ....... ... ..._.__. RICHARD EMIL CAMPBELL LICENSED WITH STATU; A J KIRKWOOD & ASSOCIATES INC Active .._.. ... .. .. Active CONTRA COSTA ELECTRIC INC Active HENRY DIAS Inactive WILLIAM BELL DAVENPORT Inactive DYNALECTRIC COMPANY Active CHARLES M SLOAN Inactive RICHARD E CAMPBELL Active BOMBARDIER TRANSPORTATION (HOLDINGS) Active USAINC CHRISTOPHER ANTHONY CHRISTOPHER ANTHONY PESAVENTO Inactive PESAVENTO Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officals I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright (D 2007 State of California http:llwww2.cslb.ca.gov/ General- Infortnation/interactive- tools /check- a- license/Multiple +... 04/23/2008 Check A License: Contractor's Wse Detail . Pagel of 2 Skip to: CSLB Hie I Content I Footer I Accessibility earct *G'Department of Consumer Affairs --.. OV Contractors State Li4ft- �Qard JI t111i�1`Ii[ldh. 1111fi 'FICi11(I 41 I!! 11111 ttd t P"! tl'R•tt IIIIXiI I1t.fia IIII!II Ilill fi �ti fi :• '� X t , As y F� i�lAL9 It CSLB Newsroom from the C Board and Committee DISCLAIMER: A license status check provides information taken license database. Before relying on this information, you should be aware of the Meetings Disaster Information following limitations. Center • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to put CSLB Library complaint disclosure, a link for complaint disclosure will appear below. Click on the link or Frequently Asked obtain complaint and/or legal action information. Questions • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disc) Online Services • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitra • Check A License or • Due to workload, there may be relevant information that has not yet been entered onto the HIS Registration license database. • Filing a Construction Complaint • Processing Times License Number: 776306 Extract Date: 04123121 • Check Application Business SUPERIOR PAVEMENT MARKINGS INC Status Information: 14658 INDUSTRY CIRCLE • Search for a Surety LA MIRADA, CA 90638 Bond Insurance Business Phone Number: (714) 562 -9100 Company ..... ... _____.. . _... ..... . Entity: Corporation • Search for a Workers' Issue Date: 03117/.2.000 Compensation .. . Company Reissue Date: 08/13/2007 .. How to Participate Expire Date: 0.8131 /2009— License Status: This license is current and active. All information below should b. reviewed. Classifications: CLASS DESCRIPTION C32 PARKING AND HIGHWAY IMPROVEMENT ............ Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 70340656 in the amoi $12,500 with the bonding company WESTERN SURETY COMPANY. Effective Date: 0811312007 Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) SABAS TRUJILLC certified that he/she owns 10 percent or more of the voting stocktequity of the corporation. A bond of qualifying individual not required. http: / /www2.cslb.ca.gov/ Genera l - Information interactive -tools /check -a- license /License+... 04/23/2008 Check A License: Contractor's it ense Detail • Page 2 of 2 Effective Date: 08/1312007 Workers' This license has workers compensation insurance with the Compensation: CALIFORNIA INSURANCE COMPANY Policy Number: 460061220206 Effective Date: 06/01/2007 Expire Date: 06/01/2008 Workers' Comoensaton History Miscellaneous DATE DESCRIPTION Information: 08/13/2007 LICENSE REISSUED TO ANOTHER ENTITY Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright © 2007 State of California http: / /www2.cslb.ca.gov/ General- Information/interactive- tools /check- a- license/License+... 04/23/2008 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL KDC MIC, dbel DYNALECTRIC TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 1 CONTRACT NO. 3975 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. C -3975 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 Lump Sum Mobilization t4y oKc juwd n� @ SA)( j�,oas�n� �lti Dollars (� and Cents Per Lump Sum 2. Lump Sum Traffic Control g t-ave tko�gakq @ n IA 1 t SAv).,n Dollars and SfNf,O i9yt4. Cents Per Lump um 3. 19,500 L.F. Install Fibe Optic Cable — SMFO XCC .nDollars 4-i v-e. and cfmi5 Cents $ Per Linear Foot i g 6,181.75 $ U —7 7/ . • KDC IM dbs DYNALECTRIC PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1,200 L.F. Install Fiber Optic Drop Cable - 6 SMFO @ Dollars and Cents $ Per Linear Foot 5. 18,000 L.F. Install 12/10 Microdcut @-fhI- b- Dollars and 1 e� Ige- C nts $ $ 0 Per Linear Foot 6. 900 L.F. Install 10/8 Microdcut @ Dollars and -Weft4 / %? ice Cents $ $ 7 Per Linear Foot 7. 1,300 L.F. Install 2 -inch HDPE Conduit @5 &�4,e`" Dollars and e `%',' 10'�Ar4e Cents $ 7. $ 9-3-,�, V6 Per Lin ar Foot 8. 18 EA. Install #6 Pull Box @ fvwr hw„JrdsNfyDollars l ni and T %Z $ ggT6 tV�E`f W v Cents $ r / Per Ea 6h 9. 17 EA. Install #6E Pull Box a �ykt hand hig, Dollars n� kl.e+/ Cand ents $ DQ • r � $ Per Each 10. 13 EA. Install Fiber Patch Panel I mmJ Dollars and Cents $ $ Per Each • KDC INC. dbe DYNALECTRIC PR3of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 13 EA. InE{all Fiber Optic Splice Closures @f►Ve �Hndrut,eilftDollars SevEwn and - - tiir±K S7evem Cents $ $ Per Each 12. 1 EA. Fall Fiber Distribution Unit wr-i9u,,Sarid ar Dollars u rKe owC and Se.-�t -f-Gvo Cents Per Each 13. 2 EA. Install City- Furnished Type-0 Cabinet @Qne 1� c45a.� 4;,jr Dollars 2gk'j, 4 and �wrerh t c Cents $ L17N. 32 $ 5� Per Eac 14. 1 EA. Relocate Equipment, to an Existing 332 Cabinet @f-t kf hwnoiw�Z Dollars r nl t� and w� Cents $ 8V,% $ g73 575 Per Ea h 15. 1 EA. Install 19 -inch Equipment Rack @ o oM ; �e Dollars he Sx-t/ el,�Vk and fikre-2. Cents $ 2 6W,D3 $ 2� b69.03 Per Each 16. 2 EA. Install City- furnished CCTV Cameras @@ os4axd Dollars ,�ev,es1 hw s"/ and ,kor,t _J.1 Ry-W Cents $ 7,20,77 $ 764 j Per EacH 17. 21 EA. In s II Power Strips @ kr ro-t Dollars and /� Ci k-i" S � !o Cents $ `7 3,6b $ I if, 7 0 Pwe E ch 18. 3,428 L.F. Install 12 Twisted Pair #19 Copper SIC t7 @%—wo Dollars and e,? SP-V Cents $ 2,61 $ �5 Pe Lin ar Foot • KDC INC. dbe DYNALECTRIC PR4of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. Lump Sum I A e /Co st Hw Traffic Signal Installation ri c�tjo+ -y -�Mr � �'ow5q" @SIV64"e fw ,,%Dollars and hM� bv-e. Cents $�� Per Lump Sum 20. 2 EA. P.othbre Traffic Signal P�; Foundations �a 7�/Yre ��c( nl �oll�rs / and 5� *-Y 21 Cents $ jq0.63 Per E ch 21. 550 S.F. Saw Cu and Remove 12 -inch Thick P.C.C. @ G -t- Dollars / ¢ �. 60 rn and p 'co-y l y� '�V L` � Cents $ U $ Per Squar6 Foot 23. 550 S.F. Saw Cut and Remove A.C. Pavement and Aggregate Base @_sey'evvt Dollars q and 6(-e, Cents $ � ' 06 $ 3 Per Square Foot 23. 135 L.F. Co struct 8 -inch PCC Curb @ rte Dollars and �r Cents $ .3y $ 0 Per Li ear Foot 24. 62 C.Y. Provide and Install Select Fill @21y�N� hlhe Dollars �I ��• and � qq •f' 'el krt Cents $ -t X10 $ Per Cubib Yard 25. 3 E.A. Locate Missing Pull Boxes h(CD to CD Dollars 1 and -�(�•-Vhrtc . Cents $ /9575 3 $ Per Each • • KDC INC. dle DYNALEc'TRIc PR5of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. Lump Sum Provide As -Built Pans �iJf� �-t/I Ti1t54ti rLY rl i KP- Dollars _ and i I w _Cents $ Q �. Per Lump S m TOTAL PRICE IN WRITTEN WORDS, eh -Fhree hlfd "h . ei�144V �u�o 40dJ44 .- if Axr)Sred Dollars and OKQ, Cents tl alsr, goo`6 Date '114•S 7-g. -7000 *714- yg4.2389 F51 Bidder's Telephone and Fax Numbers 55013 �t,g,Clo,e'�,�31,c4(o Bidder's License No(s) and Classification(s) Bidder's email address: $�3 Total Price (Figures) �6 4bsI 1 9� " Bidder Bidcl !A1tt.I E11ll�iwnatuV P,$er_- /Tt@aS. L�t gle a�4'���� Bidder's Address LD -50 *%A %X4V%,CJ4 QIC12D - a. eonN F. \UsersIPBW\Shared\Contracts\FY 07- =Traffic Signal Mod Phase 1-Npt Ctr C- 3975Waster Praposal.dm 0 0 1 r r r r KI h K .K7 3 4 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 1 CONTRACT NO. 3975 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 33 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -1 LOCATION 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 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 1 r r r r KI h K .K7 3 4 4 0 • 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -6 THE CONTRACTOR'S REPRESENTATIVE 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.5.1 Steel Plates 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -8.7 Disposal of Portland Cement Concrete and Asphalt Concrete Removed as Part of Work 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 8 7 -10.7 Notices to Residents and Businesses 8 7 -15 CONTRACTOR'S LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9 -3 PAYMENT 9 9 -3.1 General 9 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 201 -1.6 Matching Concrete SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT SECTION 214 PAVEMENT MARKINGS 214-4 NONREFLECTIVE PAVEMENT MARKERS 12 12 12 12 13 13 13 13 • • 214 -5 REFLECTIVE PAVEMENT MARKERS 13 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 14 300 -1.5 Solid Waste Diversion 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.5 Finishing 14 303 -5.5.2 Curb 14 303 -5.5.3 Sidewalk 15 303 -5.5.4 Gutter 15 SECTION 308 LANDSCAPE IRRIGATION INSTALLATION 15 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 15 308 -2.3 Topsoil Preparation and Conditioning 15 308 -2.3.2 Fertilizing and Conditioning Procedures 16 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 17 86 -1 GENERAL 17 86 -1.01 Description 17 86 -1.04 Equipment List and Drawings 17 86 -1.05 Warranties, Guarantees, and Instructions Sheets 17 86 -1.06 Maintaining Existing and Temporary Electrical Systems 18 86 -1.07 Scheduling of Work 18 86 -2 MATERIALS AND INSTALLATION 18 86 -2.03 Foundations 18 86 -2.04- Standards, Steel Pedestals, and Posts 19 86 -2.05 Conduit 19 86 -2.05A Conduit 19 86 -2.06 Pull Boxes 19 86 -2.08 Conductors 20 86 -2.09 Wiring 20 86 -2.10 Bonding and Grounding 20 86 -2.11 Service 20 0 86 -2.14 Testing 21 86 -2.14B Field Testing 21 86 -2.14C Functional Testing 21 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 22 86 -4.01 Vehicle Signal Faces 22 86 -4.02 Light Emitting Diode Signal Module 22 86 -4 -06 Pedestrian Signals 22 86 -5 DETECTORS 22 86 -5.01 Vehicles Detectors 22 86 -5.02 Pedestrian Push Button Assemblies 23 86 -6 LIGHTING 23 86 -6.01 High Pressure Sodium Luminaires 23 86 -6.01A High Pressure Sodium Lamp Ballasts 24 86- 6.01A(1)a Lag -Type Regulator Ballasts 24 86- 6.01A(1)b Lead Type Regulator Ballasts 25 86 -6.065 Internally Illuminated Street Name Signs 25 86 -6.07 Photoelectric Controls 25 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 25 OPTICOM PRIORITY CONTROL SYSTEM BATTERY CABINET SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM EXHIBIT A— Median Curb Detail and Median Saw Cut Detail EXHIBIT B — Battery Backup System Cabinet Specification 26 26 26 • • SP 1 OF 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 3975 Iz10 Zia] 1111q]IILSL` All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions and Supplement; (2) the Plans (Drawing No. T- 5987 -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 Transportation (2006 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: NOTE TO CONTRACTORS: This project includes installation of Fiber Optic Interconnect. The contract and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Special Provisions Supplemental. 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, installation /modification of traffic signal communication interconnect and equipment, traffic signal installation, and other items shown on, but not limited to plan T- 5987 -S and as listed in the Summary of Work (Section 1) of the attached Special Provisions Supplemental." i 2 -9 SURVEYING • SP2OF27 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 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 s 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. 0 • SP3OF27 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. Other testing shall be performed as part of this contract per these Special Provisions and attached Supplement. SECTION 5 - -- UTILITIES 5 -1 LOCATION Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5 -8 SALVAGED MATERIALS Refer to Section 86 -7 of these Special Provisions 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, the Contract and Insurance documents have been submitted, and a schedule of work and traffic control plans have been approved by the Engineer. The Contractor shall submit a construction schedule and traffic control plans to the Engineer for approval a minimum of five working days prior to the pre - construction meeting. Schedule may be bar chart or CPM style. • • SP4OF27 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 the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1" the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31St (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 7:00 a.m. to 5:00 p.m., Monday through Friday. Lane closures will be permitted between 9:00 a.m. and 3 p.m. 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. 0 • SP5OF27 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 -6 THE CONTRACTOR'S REPRESENTATIVE In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 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 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." Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface. 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during saw cutting operations, containing mud, silt or other 0 • SP6OF27 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 hftp://www.city.newr)ort-beach.ca.us/i)ubworks/Iinks.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. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7 Disposal of Portland Cement Concrete and Asphalt Concrete Removed as Part of the Work. All Portland Cement Concrete and Asphalt Concrete encountered and removed as part of the Work shall be removed from the site and delivered to a recycling disposal facility. 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 latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc." Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas • • SP7OF27 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 lay down area. The Contractor shall restore the lay down 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 provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc. At the request of the City, the Contractor shall submit to the Engineer a traffic control plan and detour plan for each street and parking lot within the project area. The Contractor shall be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared, signed, and sealed by a California licensed Civil Engineer or Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours 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. Lane closures will be allowed from 9:00 a.m. to 3:00 p.m. only, unless otherwise approved by City. 5. Median work lane closures at the Coast Highway /Iris Avenue will require a traffic control plan. Other lane and sidewalk closures will require a "typical" closure plan. 7 -10.4 Safety 0 SP8OF27 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 -10.7 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the businesses adjacent to Coast Highway within Corona Del Mar, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of any construction, the Contractor shall distribute a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the Engineer, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 0 • SP9OF27 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C -10 License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and these contract special provisions 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. SECTION 9 - -- MEASUREMENT AND PAYMENT FBAJ IJi1:1.k1 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. Quantities shown below are an Engineer's Estimate and are provided to the contractor only as a reference. The Contractor shall determine their own quantities from the bid documents, field verify, and make adjustments as required prior to bid submittal. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item as defined by Section 11 (Mobilization) of the Standard Specifications of the State of California Department of Transportation (May 2006). Item No. 2 Traffic Control: Work under this item shall include providing the required traffic control including, but not limited to, plans, signs, delineators, traffic cones, barricades, arrow boards, flag persons, steel plates, notification of the affected • • SP 10 OF 27 businesses and residences, project signage, large message boards and all other work necessary to comply with the WATCH and the City of Newport Beach requirements for each of the three construction phases. Item No. 3 Install Fiber Optic Cable — 48 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 48 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 4 Install Fiber Optic Cable — 6 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 6 Strand Single Mode Fiber Optic drop cable per the Plans, Special Provision, and Supplemental. Item No. 5 Install 12/10 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 12/10 Microduct per the Plans, Special Provision, and Supplemental. Item No. 6 Install 1018 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 10/8 Microduct per the Plans, Special Provision, and Supplemental. Item No. 7 Install 2 -inch HDPE Conduit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 2 -inch HDPE conduit using a direction drill method per the Plans, the Special Provisions and Supplemental. Item No. 8 Install #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 18 #6 Pull Box per the Plans, the Special Provisions and Supplemental. Item No. 9 Install #6E Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 17 #6E Pull Box per the Plans, the Special Provisions and Supplemental. Item No. 10 Install Fiber Patch Panel in Traffic Signal Cabinet: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Patch Panels in 13 traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No.11 Install Fiber Optic Splice Closures: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 13 fiber Splice Closures per the Plans, the Special Provisions and Supplemental. Item No. 12 Install Fiber Distribution Unit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a Fiber • • SP 11 OF 27 Distribution Unit at the Central Library per the Plans, the Special Provisions and Supplemental. Item No. 13 Install Type "O" Cabinet: Work under this item shall include the cost of all labor, equipment and materials required to install a City- furnished Type "O" cabinet and plugables on an existing traffic signal foundation at the Coast Highway /Goldenrod Avenue and the MacArthur Boulevard /San Miguel intersections per the Plans, the Special Provisions and Supplemental. Item No. 14 Relocate Equipment to an Existing 332 Traffic Signal Cabinet: Work under this item shall include the cost of all labor, equipment and materials required to change signal operation from an existing NEMA cabinet to an existing 332 cabinet at the San Miguel Drive /San Joaquin Hills Road intersection per the Plans, the Special Provisions and Supplemental. All plugables will be City- furnished. It is anticipated the intersection field wiring has enough slack for connection to the new cabinet. Therefore, rewiring the intersection shall not be part of this bid item. Item No. 15 Install 19 -inch Equipment Rack: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a 19 -inch equipment rack at the Central Library per the Plans, the Special Provisions and Supplemental. Item No. 16 Install CCTV System: Work under this item shall include the cost of all labor, equipment and materials required to install a City- furnished CCTV system at the MacArthur Boulevard /San Miguel Drive and the MacArthur Boulevard /Coast Highway intersections per the Plans, the Special Provisions and Supplemental. Item No. 17 Install Power Strips: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install power strips in 22 traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 18 Install 12 Twisted Pair #19 Copper SIC: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 12 Twisted Pair #19 Signal Interconnect Cable per the Plans, the Special Provisions and Supplemental. This item also includes the cost of testing existing twisted pair communication links as detailed in the Special Provision Supplemental. Item No. 19 Coast Highway /Iris Avenue Traffic Signal Installation: Work under this item shall include the cost of all labor, equipment and materials required to install at traffic signal at the Coast Highway /Iris Avenue intersection per the Plans, the Special Provisions and Supplemental. The traffic signal cabinet, plugables, and controller will be provided by the City. Item No. 20 Pothole Traffic Signal Pole Foundations: Work under this item shall include the cost of all labor, equipment and materials to pothole the proposed traffic signal locations for the Coast highway /Iris Avenue traffic signal installation. This 0 0 SP 12 OF 27 item includes backfilling the excavation and patching the sidewalk with 2 inch hot -mix AC or PCC replacement in kind. Item No. 21 Saw Cut and Remove 12 -inch Thick PCC: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, saw cutting, excavation, removals, disposal, steel reinforcement removal and disposal, and other items as required to complete the work in place. Item No. 22 Saw Cut and Remove Existing AC Pavement, Aggregate Base and Subgrade to Accommodate New 3' Planting Material: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, saw cutting, excavation, removals, disposal, compaction, and other items as required to complete the work in place. Item No. 23 Construct 8 -inch PCC Curb: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, forms, reinforcement, finishing, epoxy bond AC Pavement Patch Back, and all other items as required to complete the work in place per the Plans, Special Provisions, Supplemental, and attached Detail A. Item No. 24 Provide and Install Select Fill: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement, sample and testing, and all other work items as required to complete the work in place. Item No. 25 Locate Missing Pull Box: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, locate missing pull boxes per the Plans. Item No. 26 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer for review prior to payment request. 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." 0 SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 0 SP 13 OF 27 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." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial 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. newr)ort- beach. ca. us /GSV /Frachised %20Haulers.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 saw cuts. Final removal between the saw cut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor 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." 0 300 -1.3.2 Requirements • SP 14 OF 27 (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-Y2 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. SECTION 303 --- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patch back shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "All saw cuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 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." i • SP 15 OF 27 303 -5.5.3 Sidewalk Add to this section: "Sidewalk panels shall be replaced in full panels (score -line to score -line) 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 308 - -- LANDSCAPE IRRIGATION INSTALLATION 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.3 Topsoil Preparation and Conditioning Top soil shall be clean. Soil and soils analysis shall be approved by the General Services Department. A. The following organic and soil amendments and fertilizer are to be used for bidding purposes only. Specific amendments and fertilizer specification will be made after grading operations are complete and soil samples are tested by the Contractor. B. All materials shall be of standard, approved and first grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply the City Inspector with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis upon request. C. Organic Material: 1. Nitrogen Stabilized: 0.56 to 0.84% N based on dry weight for redwood sawdust. 2. Particle Size: 95% -100% passing 6.35mm standard sieve; 80 %- 100% passing 2.33mm standard sieve. 3. Salinity: The saturation extract conductivity shall not exceed 3.5 milliohmslcentimeter at 25 degrees centigrade as determined by saturation extract method. 4. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis. 5. Ash: 0 -6.0% (dry weight). D. Soil Amendments: 1. Gypsum: Agricultural grade produce containing 98% minimum calcium sulfate. 2. Planting tablets: a. Slow- release type, containing the following percentages of nutrients by weight: 20% nitrogen 10% phosphoric acid 0 0 SP 16 OF 27 5% potash b. 21 gram tablets as manufactured by Agriform or approved equivalent, applied per manufacturer's recommendations. 308 -2.3.2 Fertilizing and Conditioning Procedures. A. Top Soil: 1. Topsoil, as required, shall be obtained from on -site planting excavations if at all possible. 2. Topsoil shall consist of a natural, fertile, friable, sandy loam soil possessing the characteristics of representative soils in the vicinity, which produce heavy growth of crops, grasses, or other vegetation and shall be obtained from natural well- drained areas. Before removal of the topsoil, the surface at the source of supply is to be stripped to a depth of two inches in order to remove weed seeds, roots, etc. Imported topsoil shall consist of either fine sand or loamy sand textured soil meeting the following specifications: Silt plus clay content of the soil shall not exceed 30% by weight with a minimum 95% passing the 2.0- millimeter sieve. The sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity (ECe) of the saturation extract of the soil shall not exceed 3.0 milliohms /centimeter at 25 degrees Centigrade. The boron content of this soil shall be no greater that 1 ppm as measured on the saturation extract. The pH shall not exceed 7.0 and be not less than 6.0. In order to insure conformance, samples of the import soil shall be submitted to a qualified soil laboratory for analysis prior to shipping. This specification applies to import soil to be used for backfill purposes in problem soil areas. In landscape areas where no soil problems exist, the textural characteristics shall be similar to native soil. The source of soil shall be free from Bermuda grass and other noxious weeds or grasses. Topsoil shall be free from refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In no case shall there be more than five percent by volume of the following: stones larger than one inch, coarse sand, and small clay lumps. The Contractor shall furnish the City with the proposed source or sources of topsoil to be used at least fifteen (15) working days prior to delivery. The Contractor at his own expense, shall obtain soil samples from his intended topsoil source and have a soil analysis performed by a soil testing laboratory to ensure conformity with the preceding specifications. Contractor shall furnish the City a soils report for any backfill used on the project. Topsoil shall not be delivered to the work site prior to approval by the City. Any delay 0 • SP 17 OF 27 caused by the failure of soil tests to meet these specifications shall be the sole responsibility of the Contractor. Contractor shall be responsible for imported soil in all median planter beds shall be installed so that the finish surface is three inches (3 ") from the adjacent top of curb elevations. B. Dispose of Excess Soil: 1. Dispose of unacceptable or unused excess soil off -site in a manner consistent with local codes. C. Maintenance of Final Grades: 1. It shall be the responsibility of the Contractor to maintain the final grades throughout the Construction Phase. All erosion shall be properly repaired at the Contractor's own cost to the City's satisfaction. Any slope soil run -off onto adjacent paving areas shall be cleaned regularly by the Contractor. SECTION 86--- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS Standard Specifications for the State of California, Department of Transportation (May 2006) 86 -1 General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to construct traffic signal and street lighting facilities as shown on the drawings and as specified herein. 86 -1.01 Description Furnishing and installing traffic signals and highway lighting systems 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 2006, and these Special Provisions. 86 -1.04 Equipment List and Drawings A 10" x 10" intersection diagram shall be mounted on the inside of the cabinet door so that, when the cabinet door is open, the drawing is oriented with the intersection. Furnish one 24 "X36" mylar reproducible, in addition to the required two sets, of the cabinet schematic wiring diagram. The cabinet schematic wiring diagram shall include a diagram of the intersection including loop /phase information. 86 -1.05 Warranties, Guarantees, and Instructions Sheets The Contractor shall guarantee the entire work constructed by him /her under this contract will fully meet all requirements as to quality of workmanship and materials • • SP 18 OF 27 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. 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 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 per the WATCH manual. If deemed necessary by the Engineer, an approved digital message board may be required. 86 -1.07 Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above - ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. 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. Ll 86 -2 MATERIALS AND INSTALLATION 86 -2.03 Foundations • SP 19 OF 27 Portland Cement Concrete (PCC) shall be Class 560 -C -3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non - conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, 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 hardware to meet the state specifications for all new and relocated equipment. The hardware shall be hot -dip galvanized or stainless steel as detailed. 86 -2.05 Conduit 86 -2.05A Conduit shall be as specified in the Section 5 (CONDUIT) of the Special Provision Supplemental. 86 -2.06 Pull Boxes Pull Boxes shall be as specified in the Section 7 (PULL BOXES) of the Special Provision Supplemental. 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. 0 • SP 20 OF 27 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. Unless other shown on plans or the detailed in Supplemental, 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 "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 All grounding shall be according to the 2002 NEC Article 250. 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 Electrical service shall be modified Type II, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. Refer to State Standard Plans ES- 2B and City Standard 91 0 -L (P and R cabinets) for further details. • 0 SP 21 OF 27 If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 86 -2.14 Testing 86 -2.14 Testing 86 -2.1413 Field Testing Testing of the Fiber Optic and Twister Pair Copper SIC shall be completed per the attached Special Provision Supplemental. 86 -2.14C Functional Testing The final Acceptance Test shall be completed per the attached Special Provision Supplemental and as described below. The fifth paragraph in 86 -2.14C 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. 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 • • SP 22 OF 27 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. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 864.01 Vehicle Signal Faces All vehicle indications /heads shall be furnished and replaced new, including mounting framework and hardware. All new vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1 -T indications shall be furnished with bronze terminal compartments. The Contractor shall furnish and install Lingo Industrial Electric Model LESV1T (or Agency - approved equal) terminal compartments as shown on plans. All new vehicle indications, visors, and back plates shall be structural plastic. Top openings of vehicle indications shall be sealed with neoprene gaskets. 86 -4.02 Light Emitting Diode Signal Module All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. 86 -4.06 Pedestrian Signals All Pedestrian indications /assemblies shall be furnished and replaced new, including mounting hardware. All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal) Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. 86 -5 DETECTORS 86 -5.01 Vehicle Detectors Sensor units shall be two channel, rack mounted, as manufactured by IDC Detector Systems, Model 262FC -1, or Agency-approved equal. n U • SP 23 OF 27 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 number of sensor units and lead -in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart, and shall extend one foot into the crosswalk. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. 86 -5.02 Pedestrian Push Button Assemblies All Pedestrian and bicycle push buttons /assemblies shall be furnished and replaced new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -1/2 ". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913 -L and STD -914 -L and shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal RegisterNol. 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. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 25OW OR 20OW (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 • SP 24 OF 27 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 -1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 86- 6.01A(1)b Lead Type Regulator Ballasts • SP 25 OF 27 Each lead type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -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 All street name signs shall be furnished and replaced new, including mounting brackets and hardware. 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 All abandoned /salvaged material and equipment shall become property of the Contractor, except as detailed in these special provisions, the plans, or as requested by the City. • 0 SP 26 OF 27 Salvaged materials /equipment shall be delivered to Traffic Engineering (George Bernard, Telephone 949.644.3348). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. Items to be salvaged and delivered to the City may include but are not limited to the following: • Opticom detectors and phase selectors; • Existing traffic signal controllers; • 332 traffic signal controller cabinet(s), complete, as requested by the City; and • All existing conflict monitors. 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. BATTERY CABINET Where BBS system is to be installed on a Type "O ", a separate battery cabinet shall be furnished and installed to house the batteries. The battery cabinet shall be P/N FCU103980 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf- mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter /Charger (with RS232 port): 24J11 (NEMA) • Combined Manual Bypass Switch — 511016 • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 • • SP 27 OF 27 • All necessary hardware and interconnect wiring The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. F:1Users\PBW\SharedlContracfs\FY 07.081Traffic Signal Mod Phase 1 -Npt Ctr C- 39751SPECS C-3975.doc IN • #4 Longitudinal Bar ° a ° - 8:12 Batter ° -NJ ° ;-- 3/4" / Top of Finished Pavement a — 3.. #4 Dowel Spaced 4' O.C. Bond curb to pavement surface with approved Min. Length 8" epoxy adhesive. Conforming to State of California Specification 8040 -01 E -08 and use in strict accord with the manufacturer's printed instructions. MEDIAN CURB DETAIL N.T.S. Varies Top of finished I 2% Proposed Median m paveent 2% Curb 0.25' Proposed Select Import / planting material U 4 2.3' MEDIAN SAWCUT DETAIL N.T.S. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Median Curb Detail and Median Sawcut Detail J RON EXHIBIT "A" DATE 1/ 22108 Fes] � t PIN FCU103980 FRONT VIM OPEN DOOR SECTION A -A TOP -VIEW M FRONT VIEW Mar :gar - 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 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES DOOR AT TOP, BOTTOM AND CENTER WITH A #2 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM. BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. SHELVE G - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 8.25° 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 RAIN TIGHT AND WILL NOT DRAIN WATER INTO CABINET. EXH1Brr %113 `r 0 CITY OF NEWPORT BEACH TRAFFIC SIGNAL SYSTEM MODERNIZATION PROJECT PHASE 1 SPECIAL PROVISIONS SUPPLEMENTAL February 2008 OgOFESSI.^+V4 Scott Carlson C� n, i No. C57886 Exp. 06/30/08 0 Newport Beach phase I Table of Contents 0 Specifications 1. SUMMARY OF WORK ......................................................................... ..............................1 1.1 Contract Limits ............................................................................................. ............................... 1 1.2 Description of Work ..................................................................................... ............................... 1 1.3 Physical and Mechanical Requirements ....................................................... ............................... 2 1.4 Electrical and Environmental Requirements ................................................ ............................... 3 1.5 Cabling Requirements ................................................................................... ..............................3 1.6 Responsibilities of the Contractor ................................................................ ............................... 4 2. CONTRACTOR'S QUALIFICATIONS .............................................. ..............................6 2.1 General .......................................................................................................... ..............................6 2.2 Requirements ................................................................................................. ..............................6 2.3 References .................................................................................................... ............................... 6 3. CONDUIT ................................................................................................ ..............................8 3.1 General .......................................................................................................... ..............................8 3.2 Requirements ................................................................................................. ..............................8 3.3 Quality Control ............................................................................................. ............................... 8 3.4 Measurement and Payment ........................................................................... ............................... 8 3.5 PVC Schedule 80 Conduit ............................................................................ ............................... 9 3.6 HDPE Schedule 80 Continuous Conduit ...................................................... ............................... 9 3.7 Conduit Installation, General ...................................................................... ............................... 10 3.8 Trenching ................................................................................................... ............................... 11 4. MICRODUCT ........................................................................................ .............................12 4.1 General ......................................................................................................... .............................12 4.2 Requirements ................................................................................................ .............................12 4.3 Quality Control ........................................................................................... ............................... 12 4.4 Measurement and Payment ......................................................................... ............................... 12 4.5 Microduct Installation, General .................................................................. ............................... 13 5. PULL BOXES ........................................................................................ .............................14 5.1 General ......................................................................................................... .............................14 20 5.2 Measurement and Payment ......................................................................... ............................... 14 5.3 Pull Box and Pull Box Cover ..................................................................... ............................... 14 5.4 Installation Requirements ........................................................................... ............................... 15 5.5 Installation Detail ....................................................................................... ............................... 15 6. SPLICE CLOSURES ............................................................................ .............................17 Measurement and Payment ......................................................................... 6.1 General ......................................................................................................... .............................17 6.2 Measurement and Payment ......................................................................... ............................... 17 63 Description ................................................................................................. ............................... 17 6.4 Installation .................................................................................................. ............................... 18 7. FIBER OPTIC CABLE ....................................................................... ............................... 20 7.1 General.. ... ........ ........................................................ - ............................................................ 20 7.2 Requirements... ..... ................ - ............................................................ ........... 20 7.3 Packaging ..................................................................................................... .............................21 7.4 Cable Marking ............................................................................................ ............................... 21 7.5 Quality Control ........................................................................................... ............................... 21 7.6 Measurement and Payment ......................................................................... ............................... 21 Newport Beach Phase I Specifications 7.7 General Considerations .............................................................................. ............................... 22 7.8 Fiber Characteristics ................................................................................... ............................... 22 7.9 Color Coding ................................................................................................ .............................23 7.10 General Cable Performance Specifications ................................................ ............................... 23 7.11 Drop Cable ................................................................................................. ............................... 24 7.12 Fiber Optic Patch Cords ............................................................................. ............................... 25 7.13 Fiber Optic Fan-Out Kits ............................................................................ ............................... 25 7.14 Fiber Optic Connectors .............................................................................. ............................... 25 7.15 Fiber Optic Cable Installation ..................................................................... ............................... 26 7.16 Splicing ...................................................................................................... ............................... 28 7.17 Fiber Optic Cable Assembl ies .................................................................... ............................... 29 7.18 Fiber Assignment ....................................................................................... ............................... 30 7.19 Fiber Optic Cable Link Testing .................................................................. ............................... 30 7.20 Insertion Loss Test Equipment (Fiber Optic Cable) ................................... ............................... 33 7.21 Insertion Loss Test Procedures and Execution ........................................... ............................... 34 7.22 Fiber Optic Cable Route Records ............................................................... ............................... 34 8. FIBER PATCH PANELIWALL INTERCONNECT CENTER ..... ............................... 35 8.1 General ......................................................................................................... .............................35 8.2 Measurement and Payment ......................................................................... ............................... 35 8.3 Description ................................................................................................. ............................... 35 9. FIBER DISTRIBUTION UNIT (FDU) AND RACK ........................ ............................... 36 9.1 General ......................................................................................................... .............................36 9.2 Measurement and Payment ......................................................................... ............................... 36 9.3 Description of FDU .................................................................................... ............................... 36 9.4 Description of Rack .................................................................................... ............................... 37 9.5 Installation .................................................................................................. ............................... 37 10. CLOSED CIRCUIT TELEVISION (CCTV) CAMERA SYSTEM .......................... 38 10.1 General ......................................................................................................... .............................38 11. TRAFFIC SIGNAL SYSTEM ........................................................ ............................... 39 11.1 General ......................................................................................................... .............................39 12. ETHERNET SYSTEM .................................................................... ............................... 40 12.1 General ......................................................................................................... .............................40 13. TESTING AND DOCUMENTATION .......................................... ............................... 41 13.1 General ......................................................................................................... .............................41 13.2 Measurement and Payment ......................................................................... ............................... 41 13.3 Fiber Optic Testing ..................................................................................... ............................... 41 13.4 Final Acceptance Test ................................................................................ ............................... 43 13.5 Test Procedures .......................................................................................... ............................... 43 13.6 Documentation ........................................................................................... ............................... 44 14. TWISTED PAIR CABLE ............................................................... ............................... 47 14.1 General ......................................................................................................... .............................47 14.2 Requirements ................................................................................................ .............................47 14.3 Cable Marking ............................................................................................ ............................... 47 14.4 Quality Control ........................................................................................... ............................... 47 14.5 Measurement and Payment ......................................................................... ............................... 47 14.6 General Considerations .............................................................................. ............................... 48 14.7 Installation .................................................................................................. ............................... 48 ii • 0 Newport Beach Phase I Specifications 14.8 Communication Link Testing ..................................................................... ............................... 48 15. POWER STRIP ................................................................................ ....................I.......... 50 15.1 General ......................................................................................................... .............................50 15.2 Measurement and Payment ......................................................................... ............................... 50 15.3 Wall- Mounted Power Strip ......................................................................... ............................... 51 15.4 19 -Inch Rack - Mounted Power Strip ........................................................... ............................... 51 16. TRAINING ......................................................................................... .............................52 16.1 General ......................................................................................................... .............................52 16.2 Measurement and Payment ......................................................................... ............................... 53 iii 0 0 Newport Beach Phase 1 Specifications 1. SUMMARY OF WORK PART 1 — GENERAL 1.1 Contract Limits Below are the contract limits for work to be done on City right -of -way. Street Name Limits Approximate Length MacArthur Blvd Bison Road to Bonita Canyon — 3544 feet MacArthur Blvd San Joaquin Hills Road to San Miguel Drive -- 1713 feet San Joaquin Hills Rd MacArthur Blvd to San Miguel Drive — 1264 feet San Miguel Dr MacArthur Blvd to Avocado Ave 451 feet Avocado Ave San Miguel Drive to Coast Highway 2728 feet Coast Highway Jamboree Road to Newport Coast Drive 12,349 feet 1.2 Description of Work The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: I. Furnish and install new 48 -strand SMFO cable in new microduct along MacArthur Boulevard between San Miguel and San Joaquin, San Joaquin between MacArthur Boulevard and San Miguel, San Miguel Drive between MacArthur Boulevard and Avocado Avenue, Avocado Avenue between San Miguel and the Central Library, Avocado Avenue between Coast Highway and the Central Library, and Coast Highway between Jamboree Road and Marguerite Avenue, as shown on the plans. 2. Furnish and install new 12 pair number 19 twisted pair cable in conduit along Coast Highway between Poppy Avenue and Morning Canyon Road, Avocado Avenue between the Library and San Miguel Drive, and as shown on the plans. 3. The existing twisted pair cable shall be removed at locations as shown on the plans and used as pull wire for installation of microduct. The existing twisted pair cable shall remain in place during the installation of the microduct between signalized intersections at the locations as shown on the plans. At signalized intersections, it may be necessary to remove existing twisted pair cable and reinstall cable with microduct. All microduct shall be colored red. 4. Furnish and install one new 6- strand SMFO drop cable at all signalized intersections as shown on the plans. 5. Furnish and install new conduit, at locations shown on the plans 6. Furnish and install pull boxes, splice vaults, and fiber optic splice closures, at locations shown on the plans. Coordinate with Econolite for installation, integration, and acceptance testing of City - Furnished traffic signal controllers, Ethernet switches and CCTV systems by Econolite. Contractor is not Newport Beach Phase 1 Specifications responsible for work completed by Econolite, but Contractor shall support Econolite in overall Acceptance Testing of project. 8. Furnish and install fiber optic communication equipment and accessories, including wall interconnect center (WIC) and fiber optic patch panel, at locations shown on the Plans. 9. Furnish and install fiber distribution unit (FDU) at the Newport Beach Central Library and complete termination of three (3) 48- strand SMFO Cable as shown on the plans. 10. Testing of all equipment and system furnished and installed under this Contract, including items furnished by others, including but not limited to the fiber optic communication system, CCTV camera system, and associated fiber optic communication equipment. 11. Furnish accurate project documentation, as specified in these Special Provisions. 12. Install City - Fumished Type "O" Cabinets at Coast Highway and Goldenrod Road and Macarthur Boulevard and San Miguel Drive 13. Construct new pedestrian traffic signal at Coast Highway and Iris Avenue The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCTV cameras, as shown on the plans. PART 2 — MATERIALS 1.3 Physical and Mechanical Requirements All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the TMC floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. Newport Beach Phase I Specifications All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.4 Electrical and Environmental Requirements The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation f 10 %; frequency range, 60 Hz f 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range - +50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non - condensing. All electronic equipment shall be of solid -state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro- Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re- settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.5 Cabling Requirements All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use ofribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy -duty protection from the environment, as well as connectors on each end with some form of locking mechanism. PART 3 — EXECUTION Newport Beach Phase 1 1.6 Responsibilities of the Contractor 0 Specifications It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be fumished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment maybe shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights -of -way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Caltrans for all work within their right -of -way. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being 4 • • Newport Beach Phase 1 completed by others. Specifications If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. END OF SECTION Newport Beach Phase 1 Draft Specifications 2. CONTRACTOR'S QUALIFICATIONS PART 1— GENERAL 2.1 General This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non - responsive. 2.2 Requirements The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single -mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. PART 2 — MATERIALS — NOT USED PART 3 — EXECUTION 2.3 References The Contractor (or its subcontractor(s)) shall furnish reference(s) for each project with the project proposal bid package, one page for each reference, to verify the experience requirements outlined in this section prior to the award of contract. If satisfactory references are not obtained, the bidder will be disqualified. The following minimum information shall be submitted: 0 Newport Beach Phase 1 0 Draft Specifications 1. Name and address of owner. 2. Name of project superintendent or project manager. 3. Contact phone and fax number for operation and maintenance of the system 4. Construction value of project 5. Start and complete date of project 6. Brief description of project END OF SECTION Newport Beach Phase 1 3. CONDUIT PART 1— GENERAL 3.1 General 0 Specifications This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directcd by the Engineer. 3.2 Requirements 1. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants. 2. The high density polyethylene (HDPE) Schedule 80 UL continuous conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. 3. All conduits shall be free from defects including non - circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. 4. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair /replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. 6. The Contractor shall obtain written approval from the Engineer before installing any conduit. 3.3 Quality Control All conduits furnished, as part of the Contract shall be new, UL- listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 3.4 Measurement and Payment Conduit shall be measured by the linear foot of the conduit furnished, installed, and tested in accordance with these Special Provisions. The contract unit price for conduit shall include full compensation for furnishing all labor, materials, tools, equipment and incidents, and for doing all the work involved in furnishing, installing and testing conduit, complete in place, including installation of conduit under sidewalk areas, under roadway pavement areas, in soil, removing surface materials, furnishing fitting, bends, bushings, pull ropes /wires, modification of existing foundations for conduit entrances, backTiliing, and providing other 0 Newport Beach Phase 1 Specifications replace in kind materials that may be required, as shown on the plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL 3.5 PVC Schedule 80 Conduit The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: 1. The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. 2. The conduit shall have an extended 6" integral "bell' end. 3. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. 4. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. 5. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. 6 Conduit shall be Carlon or Endot made or approved equivalent. 3.6 HDPE Schedule 80 Continuous Conduit The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: 1. The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL65113. 2. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture - produced terminator connector to seal the wall of the spice vault/pull box. 3. The conduit shall be color coded black. 4. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. 5. Conduit shall be Carlon or Endot made or approved equivalent. 9 • Newport Beach Phase 1 PART 3 — EXECUTION 3.7 Conduit Installation, General • Specifications 1. All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Conduit shall be installed by trenching at the locations shown on the plans, unless specified otherwise by the Engineer. Trenching shall conform to City of Newport Beach Standard Plans in the Public Right of Way. 3. Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 4. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. 5. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 6. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. 7. Make right angle bends in conduit runs with long - radius elbows or conduits bent to radii not less than three (3) feet. 8. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. 9. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. 10. Do not use diagonal runs except when specifically noted in the drawings. 11. New conduit shall contain a single #10 green wire or Kelvin pull rope. All #10 wires entering a pull box shall be joined by a split -bolt connector. 12. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. 13. Conduits entering vaults shall terminate flush with the inside walls of each pull box. 10 0 0 Newport Beach Phase 1 Specifications 14. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. 15. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. 16. Conduit and fittings shall be supplied with an ultraviolet inhibitor. 17. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight inches between the top portion of the opening and the top of the pull box. 18. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. 19. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. 20. After conductors/cables have been installed, the exposed end ofconduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 3.8 Trenching 1. Trenching in Newport Beach right of way shall conform to Newport Beach Standards. 2. Installation of conduit in unpaved areas (dirt) shall conform to the following: a. Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. b. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand - cement slurry backfrll, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or 11 Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. END OF SECTION 11 Newport Beach Phase I Specifications 4. MICRODUCT PART 1 — GENERAL 4.1 General This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 Requirements Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. Microduct shall be smoothwall with micrcribs inside. 4. Microduct shall have outside/inside diameter of 12110 mm for installation of 48- strand, 24- strand, or 12- strand single mode MiDia Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct couplings shall be furnished and installed in pull boxes and splice vaults, attach to the microduct ends, and house the slack fiber optic cables. 4.3 Quality Control All microduct furnished and installed as part of the Contract shall be new, UL- listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 Measurement and Payment Microduct shall be measured by the linear foot of the microduct furnished, installed, and tested in accordance with these Special Provisions. The contract unit price paid for furnishing and installing microduct in conduit, and microduct coupling in pull boxes and splice vaults, shall include full compensation for furnishing all labor, materials, tools, equipment and incidents, and for doing all the work involved in furnishing, installing and testing microduct and microduct coupling, complete in place, including installation of microduct in conduit, installation and use of pull rope or pull wire to install microduct, installation of microduct coupling and end caps in pull boxes and splice vaults, and providing other materials that may be required, as shown on the plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL 12 Newport Beach Phase 1 Specifications Microduct shall be Dura -Line or approved equivalent. PART 3 — EXECUTION 4.5 Microduct Installation, General 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Cal trans standards. 3. Microduct shall be placed in a manner to allow the cab] e/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. END OF SECTION 13 0 0 Newport Beach Phase 1 Specifications 5. PULL BOXES PART 1— GENERAL 5.1 General This section shall govern to famish and install pull boxes as shown on the plans, complete with cover. 5.2 Measurement and Payment This item shall be measured as each pull box complete in place. The contract unit price for pull boxes shall include full compensation for furnishing all labor, materials, tools, equipment and incidents, and for doing all the work involved in furnishing and installing pull boxes, removal and replacement of concrete sidewalk, modification to conduit entering pull box including replacement of elbows with sweeps, complete in place, as shown on the plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL 5.3 Pull Box and Pull Box Cover • Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and these Special Provisions. • All new pull boxes shall be pull box number 5 (PB #5), or pull box number 6 with extension (PB #6E), as noted on the Plans. PB #5 shall have nominal dimensions of 28 inch L x 18 inch W x 12 inch D, unless otherwise noted on the Plans. PB #6E shall have nominal dimensions of 36 inch L x 23 inch W x 24 inch D, unless otherwise noted on the Plans. • The cover marking for each pull box shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC" on second line. • Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. • All pull boxes shall have a vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. • Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. • Pull boxes and covers in the sidewalk or behind the curb shall be composite, Christy "Fiberlite ", Armorcast polymer concrete, or Engineer approved equivalent, unless otherwise noted on the Plans. 14 r� u Newport Beach Phase 1 PART 3 — EXECUTION 5.4 Installation Requirements 0 Specifications 1. All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. 2. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. 3. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. 4. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the grout shall be one (1) inch. 5. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. 6. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. 7. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. 8. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair /replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. 9. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 5.5 Installation Detail 1. Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. 2. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. 15 0 0 Newport Beach Phase 1 Specifications 3. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling' of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. END OF SECTION 16 0 0 Newport Beach Phase 1 6. SPLICE CLOSURES i��wl�QtL OU"0 6.1 General This section includes material and installation for splice closures. 6.2 Measurement and Payment This item shall be measured as each splice closure complete in place. Specifications The contract unit price for splice closures shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals. In addition, the unit price shall include all of the work and material involved in installing splice closures, including all splicing kits, splice trays, pig tails, and accessories, complete in place, as shown on the plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. PART 2 — MATERIAL 6.3 Description Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re- enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 22 inches in length and not more than 6 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non - reactive and shall not support galvanic cell action. The outer - closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer- closure shall protect the splices from mechanical damage; shall provide strait relief for the cable, and shall be resistant to salt corrosion. The outer- closure shall be waterproof, and re- enterable. The outer - closure shall be flash - tested at 100 kPa. 17 0 Newport Beach Phase 1 Specifications 6. The inner - closure shall be of metallic construction. The inner - closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner - closure and shall be constructed ofrigid plastic or metal. PART 3 — EXECUTION 6.4 Installation 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re- enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice 18 0 Newport Beach Phase 1 0 Specifications closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection- molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Acceptable splice closures, encapsulant, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. END OF SECTION 19 Newport Beach Phase 1 Specifications 7. FIBER OPTIC CABLE PART 1— GENERAL 7.1 General This item shall govern to furnish and install fiber optic cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. Locations are noted below. • MacArthur Boulevard between San Miguel Drive and San Joaquin Hills Road • San Joaquin Hills Road between MacArthur Boulevard and San Miguel Drive • San Miguel Drive between Avocado Avenue and MacArthur Boulevard • Avocado Avenue between San Miguel Drive, the Library and Coast Highway • Coast Highway between Jamboree Road and Marguerite Avenue 7.2 Requirements Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within Central Library does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables famished and installed by Contractor under this Contract and these Special Provisions, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in these Special Provisions. All cables shall be free of material or manufacturing defects and dimensional non - uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all - dielectric, dry water - blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. 20 0 0 Newport Beach Phase 1 Specifications The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture /water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in Section 9 and Section 15 of these specifications. All fiber optic glass /cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 7.3 Packaging 1. The completed cable shall be packaged for shipment on non - returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 7.4 Cable Marking 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code® (NESC�), fiber count, fiber type, and sequential meter marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within tl % of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately one -half ( %a) of the diameter of the cable and must be permanent and weatherproof. 7.5 Quality Control The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 7.6 Measurement and Payment The fiber optic cable will be measured by the linear foot of cable furnished, installed, spliced, connected, and tested in accordance with the Plans and these Special Provisions. Additional lengths required shall 21 Newport Beach Phase 1 Specifications be provided by the Contractor at no cost to the Engineer or the City. The contract unit price paid for fiber optic cable shall include full compensation for furnishing all labor, materials, tools, equipment, removal and reinstallation of existing signal interconnect cable in kind, as -built plans, and other incidentals for furnishing, installing, splicing, terminating with appropriate connectors, and testing the fiber optic cable in the conduit, in compliance with the Plans and specifications and these Special Provisions. This shall include all fiber optic splicing, fiber optic patch cords, jumper cables, and all type of connectors. The actual conduit installation shall be paid under a separate pay item. PART 2 — MATERIAL 7.7 General Considerations Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia fiber optic cable, or approved equal. 7.8 Fiber Characteristics One hundred percent (100 %) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TMIA- 455 -3A (FOTP- 3), 'Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (40 °C to +70 °C) will not exceed 0.05 dB/lam at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Coming Cable System orequivalent Core diameter 8.3 pirt (nominal) Cladding diameter 125 4m t 1.04m Core to Cladding Offset 5 0.8 9m Coating Diameter 245 gin ±10 pan Cladding Non - circularity defined as: [1- (min. cladding dia =max. cladding dia. )Ix100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1550 nm < 0.4 dB/km < 0.3 dB/lan Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 t3nm 22 0 Newport Beach Phase 1 Specifications Parameters Value Attenuation At Extreme Operational Temperatures < +0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Orange OR Zero Dispersion Wavelength (),) 1301.5 < �, < 1321.5 nm Zero Dispersion Slope < 0.092 ps/(nm2 lmt) Maximum Dispersion: < 3.5 ps /(nm km) for 1285 - 1330 nm 4. 5 18 ps/(nm km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann 11) 9.3 t 0.5 µm at 1310 nm 11. 10.5 t 1.0 gin at 1550 nm 7.9 Color Coding Optical fibers shall be distinguishable from others in the same buffer tube by means of color- coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange OR 8. Black K 3. Green (GR) 9. Yellow 4. Brown R 10. Violet L 5. Slate (SL 11. Rose S 6. White 12. Aqua AQ The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA -598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteri stics of the optical fibers and shall not cause fibers to stick together. 7.10 General Cable Performance Specifications The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA- 455 -82 (FOTP -82), "Fluid Penetration Test For Fluid - Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIAJEIA- 455 -81 B (FOTP -81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable ". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N /cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA455 -41 (FOTP -41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N /cm (125 lbf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N /cm (63 lbf/in). Alternatively, it is acceptable to remove the 220 N /cm (125 lbf/in) load entirely and apply the 110 N /cm (63 lbf/in) load within five minutes at a rate of 2.5 mm (0.1 23 0 Newport Beach Phase 1 Specifications in) per minute. The 110 N /cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N /cm (63 lbf/in) load. The change in attenuation shall note exceed 0.4 dB during loading at 1550 nm for single -mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles /minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA /EIA455 -104A (FOTP -104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% ofthe test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA- 455 -25B (FOTP -25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 2700 N (6081bs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA455 -33 (FOTP -33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 890 N (200 lbf). The repeatability of the measurement system is typically± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no -load condition. 7.11 Drop Cable As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifteen (15) feet of slack at each end, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de- sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de- sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 24 • Newport Beach Phase 1 7.12 Fiber Optic Patch Cords 0 Specifications The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non - corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 7.13 Fiber Optic Fan -Out Kits Fan-out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan-out shall be equipped to terminate 2501im fiber (loose tube cable) and shall provide protection for the bare fibers. The fan-out kit shall have two (2) 6- or one (1) 12 -fiber fan -out insert and 2- meter lengths of fan-out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan-out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 in (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40 °C to 70 °C The fan-out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 7.14 Fiber Optic Connectors The Contractor shall furnish and install fiber optic pre - manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. 25 0 Newport Beach Phase I • Specifications Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and JIS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° Cto75 °C Durability <,0.3 dB change, 200 rematings. Tensile Strength <� 0.2 dB change, 10 lb. Temperature Cycling <0.3 dB change, -40° C to 75° C Nominal Fiber OD 1251im Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. PART 3 — EXECUTION 7.15 Fiber Optic Cable Installation Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required, this matter shall be immediately brought to the attention of the City s Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. To accommodate long continuous installation lengths, bi- directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 26 0 Newport Beach Phase I E Specifications 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to setup a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right -of -way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye /sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non - abrasive pull rope /tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to 27 • Newport Beach Phase 1 lubricate and prevent kinking or other damage to the cable. 0 Specifications The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduct or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. Slack fiber optic cable shall be housed in microduct coupling as shown on the plans. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 7.16 Splicing Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. S lU icine -Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. 28 • Newport Beach Phase 1 0 Specifications The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 7.17 Fiber Optic Cable Assemblies Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +700 C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of T A/EIA- 455 -B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA- 455 -2C (FOTP -2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA- 455 -5B (FOTP -5), Humidity Test Procedure for Fiber Optic Components, and T1A/EIA- 455 -34A (FOTP -34), htterconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts 29 0 Newport Beach Phase t 0 Specifications should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back - reflection and low insertion losses at both 1310 nm and 1550 run operating wavelengths. Single -mode pigtails shall be provided with factory pre- connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless -steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory- assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtail - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight- buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (I 10 lbf.). Jumpers -Jumpers shall be simplex. All jumpers shall beat least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 7.18 Fiber Assignment The fiber assignment table is provided as part of the Plans. 7.19 Fiber Optic Cable Link Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. 30 0 0 Newport Beach Phase 1 Specifications Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. Attached to each fiber cable shipping reel in a waterproof pouch. Results of test to be submitted to the city in a CD. Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 7.19.1 Continuity Testing (before installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 1001/o of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Coming Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre- installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. 31 a i Newport Beach Phase 1 Specifications 7.19.2 Continuity Testing (after installation) These tests shall occur after the termination process has been completed. Each point -to -point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post - installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as- built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1310 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter /feet), fiber loss (dB), and average fiber attenuation (in dB /mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal - to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB /mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR 0 E Newport Beach Phase I Specifications • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. 7.19.3 Insertion Loss Testing (after installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end -to -end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re- termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 7.20 Insertion Loss Test Equipment (FIber Optic Cable) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode- stripping cable or a low loss ( -0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to 33 M Newport Beach Phase 1 1J Specifications change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 7.21 Insertion Loss Test Procedures and Execution The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. 7.21.1 System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) - Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: 7.21.2 System Insertion Loss 2 (dB) = Ref. Power 2 (dBm) - Test Power 2 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 7.22 Fiber Optic Cable Route Records The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. END OF SECTION 34 0 • Newport Beach Phase 1 Specifications 8. FIBER PATCH PANEL/WALL INTERCONNECT CENTER PART 1— GENERAL 8.1 General Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 8.2 Measurement and Payment This item shall be measured as fiber patch panel complete in place. The contract unit price for fiber optic cable shall include full compensation for furnishing and installing fiber patch panel, including all labor, materials, appropriate connectors, tools, equipment and incidents, and for doing all the work involved in furnishing and installing fiber patch panel, complete in place, as shown on the plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL 8.3 Description The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings shall be surface or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The made of Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. PART 3 — EXECUTION — NOT USED END OF SECTION 35 Newport Beach Phase 1 Specifications 9. FIBER DISTRIBUTION UNIT (FDU) AND RACK PART 1— GENERAL 9.1 General The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack - mounted in the new equipment rack, also to be furnished and installed by Contractor, in the Central Library equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer and Newport Beach rT Department. The section includes material and installation for fiber distribution unit. The FDU at the Central Library shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at the Library and all Field Work elements. From, but excluding the FDU at the Library, others will be responsible for elements inside the Library. 9.2 Measurement and Payment This item shall be measured as fiber distribution unit complete in place. The contract unit price for fiber distribution unit (FDU) shall include full compensation for furnishing all labor, materials, tools, equipment and incidents, and for doing all the work involved in furnishing, installing, and testing fiber distribution unit; furnishing and installing the communication rack; complete in place, as shown on the plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL 9.3 Description of FDU The FDU at the Central Library shall be 19 -inch rack mountable fiber interconnect enclosure, suited for indoor use in a standard EIA 19 inch equipment rack. FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub- 36 0 Newport Beach Phase 1 Is Specifications panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at Central Library, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide physical samples of the exact equipment proposed to the Engineer. The Engineer must approve the samples prior to ordering. The make of FDU shall be OFS, Corning Cable System or approved equal. 9.4 Description of Rack One (1) open -framed cable management rack shall be installed in the communication room at the Central Library. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within mom. Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18 ". • Ideal for high - density racking. • Extra -large 9.5" interior cabling channel between posts. • Comer posts allow for a 2.5" vertical cable channel and include pass - through holes for inner ganging. • Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. • 12 -24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack • Black in color • Warranty — Lifetime Vendors include Black Box and APC. PART 3 — EXECUTION 9.5 Installation The Contractor shall furnish and install the communication rack at the Central Library based on direction from Engineer and Newport Beach IT Department. The FDU at the Central Library shall be installed in 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. END OF SECTION 37 E i Newport Beach Phase 1 Specifications 10. CLOSED CIRCUIT TELEVISION (CCTV) CAMERA SYSTEM PART 1— GENERAL 10.1 General The Closed Circuit Television (CCTV) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The two (2) proposed locations for CCTV camera equipment installation are as follows and included within the corresponding design plans: 1. MacArthur Boulevard and San Miguel 2. MacArthur Boulevard and Coast Highway The CCTV camera system including the dome CCTV camera, CCTV camera mounting hardware and video encoder shall be furnished by Econolite. The Contractor shall install the CCTV camera and mounting hardware on existing pole as shown on the Plans. The Contractor shall furnish and install the integrated CCTV camera cable shall as shown on the Plans. The integrated CCTV camera cable shall be procured from the vendor of the Econolite - furnished CCTV camera, either Pelco or Cohu. Engineer will provide Contractor with specific vendor prior to order. The Contractor shall coordinate with Econolite as directed by Engineer. The CCTV data and video transmission between the TMC and the CCTV camera locations identified herein will be done by a pair of EP video encoder /decoders, to be provided by others. The CCTV camera systems will be integrated by Econolite. END OF SECTION 38 C, Newport Beach Phase 1 11. TRAFFIC SIGNAL SYSTEM PART 1— GENERAL 11.1 General i Specifications The traffic signal controllers shall be upgraded to Model 2070L and Econolite ASC /3 at twenty -one (21) locations listed as follows and included within the corresponding design plans: ID Intersection Type 1 MacArthur Blvd / Bison Avenue ASC /3 2 MacArthur Blvd / Villa io ASC /3 3 MacArthur Blvd / Ford Rd- Bonita Canyon Dr ASC /3 4 MacArthur Blvd / San Joaquin Hills Rd 2070L 5 San Miguel Dr / San Joaquin Hills Rd 2070L* 6 Avocado Ave / San Miguel Dr ASC /3 7 MacArthur Blvd / San Miguel Dr ASC /3 ** 8 Avocado Ave / Farallon Dr ASC /3 9 Avocado Ave / Corona Del Mar Plaza ASC /3 10 Coast H / Jamboree Rd 2070L 11 Coast H / Irvine Ter 2070L 12 Coast H / Newport Center Dr 2070L 13 Coast H / Avocado Ave 2070L 14 Coast H / MacArthur Blvd 2070L 15 Coast H / Goldenrod Ave ASC /3 ** 16 Coast H / Iris Ave ASC /3 ** 17 Coast H / Marguerite Ave 2070L 18 Coast H / Po Ave 2070E 19 Coast H / Morning Canyon Rd 2070L 20 Coast Hwy / Cameo Shores Rd -Cameo Highland Dr 2070L 21 Coast H / Pelican Point Dr 2070L 22 Coast H / Newport Coast Dr 2070L *2070L in existing 332 cabinet; * *ASC /3 in new NEMA Type "O" cabinet The traffic signal controllers shall be furnished and installed by Econolite. The Contractor shall coordinate with Econolite as directed by Engineer. END OF SECTION 39 0 • Newport Beach Phase 1 Specifications 12. ETHERNET SYSTEM PART 1— GENERAL 12.1 General The twenty -one (2 1) proposed locations for Ethernet Switches installation are as follows and included within the corresponding design plans: ID Intersection 1 MacArthur Blvd / Bison Avenue 2 MacArthur Blvd / Villa io 3 MacArthur Blvd / Ford Rd- Bonita Canyon Dr 4 MacArthur Blvd / San Joaquin Hills Rd 5 San Miguel Dr / San Joaquin Hills Rd 6 Avocado Ave / San Miguel Dr 7 MacArthur Blvd / San Miguel Dr 8 Avocado Ave / Farallon Dr 9 Avocado Ave / Corona Del Mar Plaza 10 Coast H / Jamboree Rd 11 Coast H / Irvine Ter 12 Coast H / Newport Center Dr 13 Coast H / Avocado Ave 14 Coast H / MacArthur Blvd 15 Coast H / Goldenrod Ave 16 Coast H /Iris Ave 17 Coast H / Marguerite Ave 18 Coast H / Poppy Ave 19 Coast H / Morning Canyon Rd 20 Coast Hwy / Cameo Shores Rd -Cameo Highland Dr 21 Coast H / Pelican Point Dr 22 Coast H / Newport Coast Dr Additionally, one (1) Aggregation Ethernet Switches shall be installed at the Central Library, as shown on the Plans. The Ethernet Switches shall be furnished and installed by Econolite. The Contractor shall coordinate with Econolite as directed by Engineer. END OF SECTION 40 Newport Beach Phase 1 Specifications 13. TESTING AND DOCUMENTATION PART 1— GENERAL 13.1 General The Contractor shall be responsible for completing all described tests and documentation in these Special Provisions for all Field Work elements installed as part of this project. Testing and documentation are required to validate the operational performance of the following: 1. Fiber optic cable This item shall govern for the furnishing of testing on electronic communication, video and control equipment and/or systems whose furnishing and installation are described in the corresponding specifications/provisions in this Contract. 13.2 Measurement and Payment The contract unit price for fiber optic cable shall include full compensation for furnishing, testing and documentation, including all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in testing and documentation; conducting stand -alone test, integration tests, test procedures documentation, and acceptance test; coordination with the Engineer and the City for overall systems testing, and As- Builts, as shown on the Plans, as specitled in the Standard Specifications and these special provisions, and as directed by the Engineer. No additional compensation shall be allowed. PART 2 — MATERIAL — NOT USED PART 3 — EXECUTION 13.3 Fiber Optic Testing Single mode fibers shall be tested at 1310 nm and 1550 nm wavelengths. The fiber optic communication equipment (FOVT and MU}) shall be tested with a power meter and source, to record the transmitter average output power (dBm) and receiver sensitivity (dBm). These values shall be recorded in the Link Loss Budget Worksheet following this section. At the conclusion of all outdoor splices at one location, and before they are enclosed and sealed, all splices shall be tested with the OTDR, in both directions, and then the OTDR will be given to the City. Section 9 also describes the fiber optic testing required for this Contract. 41 a 0 Newport Beach Phase 1 Link Loss Budget Worksheet Date: Operator: Link No. Fiber Color: Buffer Color: Cable No. Test wavelength (circle one) 1310 nm Section 1: Total System Gain Enter the measured Optical Transmitter Average Power: Enter the measured Optical Receiver Sensitivity (this should be a negative value): Subtract line 1B from I to obtain Total System Gain Section 2: Fiber Losses Enter the measured length of the link: Enter the measured loss per km of the fiber: Multiply line 2A by 2B to obtain the Total Fiber Loss: Enter the sum of all Connector Losses in the link: Enter the sum of all Splice Losses in the link: Enter the sum of all Other Losses from other components (couplers, splitters, routers, switches, etc.): Add lines 2C, 2D, 2E, and 2F to obtain Total System Loss Section 3: Design System Gain Margin Subtract Line 2G from line 1 C (this number must be at least 6 dB): 42 Specifications 1550 nm dBm lA dBm 1B lcm 2A dB/km 2B dB 2C dB 2D dB 2E dB 2F dB 2G 0 Newport Beach Phase 1 13.4 Final Acceptance Test is Specifications Unless specified otherwise in the Plans, the Contractor shall accompany the Engineer and the City while conducting a final acceptance test on the complete functional system to verify compliance with the requirements as defined in these Special Provisions for system components specified in this project. The time period for the final acceptance test shall be ninety (90) days. The test shall be conducted in accordance with an approved test plan. The Engineer shall be notified a minimum of twenty (20) working days before the Contractor is prepared to participate in the final acceptance test to be conducted. The Engineer and/or his/her representative(s) reserve(s) the right to witness all tests. Three (3) copies of the test plans shall be submitted to the Engineer. The final acceptance testing procedures shall be approved by the Engineer prior to the final acceptance testing by Contractor. The final acceptance test shall demonstrate that all control, monitor and communication requirements, as described within each corresponding special specification in this project, are met and that equipment operates as indicated in the manufacturers' specifications. The final acceptance test shall be inclusive of all project elements installed as part of this project, both by the Contractor and others. If a defect within the system is detected during the final acceptance test, the source of failure shall be documented and corrected by the Contractor, if source of failure is Field Work elements. Documentation shall describe the nature of the failure and the action(s) taken by the Contractor to remedy the situation. Once corrective measures are taken, the point of failure shall be subsequently monitored until a consecutive thirty (30) day period free of defects is achieved. If a failure pattern develops in similar units within the Field Work elements, the Contractor shall implement any necessary corrective measures, including modification or replacement of units, to all similar units within the system when directed by the Engineer. The necessary corrective measures to Field Work elements shall be performed by the Contractor without additional cost or extension of the contract period. If after completion of the initial ninety (90) day test period, system downtime exceeds seventy -two (72) hours or individual points of failure have not operated for thirty (30) consecutive days free of defects, the test period shall be extended by an amount of time equal to the greater of the downtime in excess of seventy -two (72) hours or the number of days required to complete the performance requirement of the individual point of failure. The final acceptance test will be considered successfully completed if during the ninety (90) day test period, system downtime due to mechanical, electrical and/or other malfunctions to equipment furnished and/or installed by the Contractor, does not exceed seventy two (72) hours and any individual points of failure identified during the ninety (90) day period have operated free of defects. Final system acceptance shall be defined as when all components of the system have been approved and accepted by the Engineer; all work and materials provided for in the construction of the system, including documentation, have been furnished and installed by the Contractor; completion of training; and the system has successfully completed all test requirements, including the final acceptance test. 13.5 Test Procedures The Contractor shall provide all test procedures and blank data forms for each test of the Field Work elements required on this project. The test procedures shall include the sequence in which the tests will be conducted. 43 0 Newport Beach Phase 1 0 Specifications Unless otherwise specified in the plans, the Contractor shall provide three (3) copies of all documents for the Engineer's approval. The test procedures and forms shall be submitted to the Engineer prior to the day tests are to begin, as required by these Special Provisions. The test procedures shall have the Engineer's approval prior to submission of equipment for tests. The Contractor shall furnish data forms containing all of the data taken, as well as quantitative results for all tests. The data forms shall be signed by an authorized representative (company official) of the equipment manufacturer. One copy of the completed and signed data forms shall be submitted to the Engineer and shall become the basis of acceptance or rejection of the test and/or unit being tested. Documentation of all test results shall be provided within two (2) weeks to the Engineer for review and approval. System documentation shall incorporate test results, ongoing maintenance, and performance measurements. The Contractor shall provide the Engineer with a copy of the manufacturer's test procedures and quality assurance procedures for information. If the Engineer determines that these procedures are not adequate, the Engineer may require that additional tests be conducted by the Contractor prior to installation. All test procedures and equipment required for the Field Work elements under this testing shall be furnished and maintained by the Contractor. Testing shall be performed in the presence of the Engineer and the City. 13.6 Documentation Sufficient documentation shall be provided by the Contractor to reflect "as built" conditions of the system and all of its individual components. Documentation should include all information pertinent to facilitate the operation, maintenance, modification and expansion of the entire system. Where manufacturer supplied documentation covers the intent of these requirements, it may be submitted by the Contractor subject to the approval of the Engineer. Unless specified otherwise in the plans, each equipment component and/or system shall be documented to include, but not limited to, the following information: 1. General description of the system 2. Overview of operation 3. System and subsystem block diagrams 4. Functional data flow diagrams 5. Overall system specifications 6. Manufacturers' handbooks for equipment 7. Product cut sheets 8. Complete and accurate schematic diagrams. 9. Complete installation procedures. 10. Complete performance specifications (functional, electrical, mechanical and environmental) on the unit. 44 0 0 Newport Beach Phase 1 Specifications 11. Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. 12. Complete maintenance and trouble shooting procedures. 13. Configuration of the communication system. 14. Operation information Final documentation shall be grouped into two main manuals, unless otherwise directed by the Engineer: (1) Operations; and (2) Maintenance. Individual Operations and Maintenance Manuals shall be provided for each piece of equipment (one per each individual unit supplied). (1) Operations Manual shall include, but need not be limited to, the following items: • Equipment model /serial numbers and options • System schematics • System diagnostic procedure • Design characteristics • General operation theory • Function for all controls • Trouble shooting procedures (diagnostic routine) • Block circuit diagram • Geographic layout of components • Schematic diagrams (2) Maintenance Manual shall include, but need not be limited to, the following items: • As -built documentation • System test results • Equipment model /serial numbers • System schematics • Recommend routine maintenance • Recommended maintenance program • System diagnostics procedures • Results of all system tests performed • Specifications • Design characteristics • Function for all controls • Trouble shooting procedures (diagnostic routine) • Block circuit diagram • Geographical layout of all components • Schematic diagrams • List of replaceable component parts with stock numbers • List of replaceable parts to be on -site for maintenance Three (3) copies of all data and documentation shall be submitted to the Engineer and the City. All data shall 45 0 0 Newport Beach phase I Specifications be submitted on 22 inch by 36 inch sheets or on 8 -1/2 -inch by 11 inch sheets in loose leaf bound manuals, as appropriate. The City shall have the right to reproduce copies of all documentation provided by the Contractor herein under, provided that such reproduction is solely for the use of the City and its designated representatives. END OF SECTION 46 Newport Beach Phase 1 Specifications 14. TWISTED PAIR CABLE PART 1— GENERAL 14.1 General This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 14.2 Requirements Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall famish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS- PE -39. 14.3 Cable Marking 1. The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within tl % of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately one -half ( %z) of the diameter of the cable and must be permanent and weatherproof. 14.4 Quality Control The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 14.5 Measurement and Payment The twisted pair cable will be measured by the linear foot of cable furnished, installed, terminated, and tested in accordance with the Plans and these Special Provisions. Additional lengths required shall be provided by the Contractor at no cost to the Engineer or the City. 47 Newport Beach Phase I Specifications The contract unit price paid for twisted pair cable shall include full compensation for furnishing all labor, materials, tools, equipment, removal and reinstallation of existing signal interconnect cable in kind, as -built plans, and other incidentals for furnishing, installing, terminating, and testing the cable in the conduit, in compliance with the Plans and specifications and these Special Provisions. The actual conduit installation shall be paid under a separate pay item. PART 2 — MATERIAL 14.6 General Considerations The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color- coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) • Filling Compound: the cable shall be gel - filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005') corrugated copper shield to provide a 100% electrical shielding coverage • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 14.7 Installation The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 14.8 Communication Link Testing The twisted pair cable will support Ethernet over copper communications along Coast Highway between Marguerite Avenue and Newport Coast Drive. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the intersections listed below and as shown on the Plans. 48 Newport Beach Phase 1 Specifications 1. Coast Highway / Marguerite Avenue 2. Coast Highway / Poppy Avenue 3. Coast Highway / Morning Canyon Road 4. Coast Highway / Cameo Highlands Drive 5. Coast Highway / Pelican Point Drive 6. Coast Highway / Newport Coast Drive Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. END OF SECTION 49 Newport Beach Phase 1 Specifications 15. POWER STRIP PART 1— GENERAL, 15.1 General The Contractor shall furnish and install one power strip at each signalized intersection listed below. The power snip shall be used to power the proposed equipment at each location as part of this project. Power strips installed in NEMA cabinets shall be wall - mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack - mounted. Locations are noted below. ID Intersection Power Strip Mounting 1 MacArthur Blvd / Bison Avenue Wall Mount 2 MacArthur Blvd / Villagio Wall Mount 3 MacArthur Blvd / Ford Rd- Bonita Canyon Dr Wall Mount 4 MacArthur Blvd / San Joaquin Hills Rd 19 -inch Rack 5 San Miguel Dr / San Joaquin Hills Rd 19 -inch Rack 6 Avocado Ave / San Miguel Dr Wall Mount 7 MacArthur Blvd / San Miguel Dr Wall Mount 8 Avocado Ave / Farallon Dr Wall Mount 9 Avocado Ave / Corona Del Mar Plaza Wall Mount 10 Coast H / Jamboree Rd 19 -inch Rack 11 Coast H / Irvine Terrace 19 -inch Rack 12 Coast H / Newport Center Dr 19 -inch Rack 13 Coast H / Avocado Ave 19 -inch Rack 14 Coast H / MacArthur Blvd 19 -inch Rack 15 Coast H / Goldenrod Ave Wall Mount 16 Coast H / his Ave Wall Mount 17 Coast H / Marguerite Ave 19 -inch Rack 18 Coast Hwy Poppy Ave 19 -inch Rack 19 Coast H / Morning Canyon Rd 19 -inch Rack 20 Coast H / Cameo Shores Rd -Cameo Highland Dr 19 -inch Rack 21 Coast H / Pelican Point Dr 19 -inch Rack 22 Coast H / Newport Coast Dr 19 -inch Rack 15.2 Measurement and Payment This item shall be measured as power strip complete in place. The contract unit price for power strip shall include full compensation for furnishing all labor, materials, tools, equipment and incidents, and for doing all the work involved in furnishing, installing, and testing power strip; complete in place, as shown on the Plans and specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No additional compensation shall be allowed. 50 0 0 Newport Beach Phase 1 PART 2 — MATERIAL 15.3 Wall- Mounted Power Strip Specifications The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall - mountable in NEMA cabinets (locations to receive ASC /3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SIT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall- mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 15.4 19 -Inch Rack - Mounted Power Strip 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack- mounting 11. Rack mountable in I space Rack- mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The make of power strip shall be Econolite, McCain, Intellinet, APC, Black Box, or approved equal. END OF SECTION 51 Newport Beach Phase 1 Specifications 16. TRAINING PART 1— GENERAL 16.1 General This Contractor shall include system training for the City personnel for operations and maintenance of the following: • Fiber Optic Network Training shall be conducted prior to final acceptance of the system. The Contractor shall provide both "classroom training" as well as "field training ". The Contactor shall supply training for a minimum oftwo (2) City designated personnel in all aspects of operation and maintenance of the fiber optic network. Training shall be provided at a time and location approved by the City. The Contractor shall provide one (1) copy of the approved course reference material for each person in attendance. Training shall be provided in the following areas of interest; any additional areas of interest shall be shown on the plans. • The "hands on" operation for each type of equipment. • Explanation of all system commands, their function and usage. • Required preventative maintenance procedures. • Safety requirements. • All equipment servicing procedures. • "Troubleshooting " /problem identification procedures. The Contractor shall furnish to the City a training session agenda, a complete set of training material (manuals and schematics) along with the name(s) and qualifications of proposed instructor(s) for his/her approval. This information will be provided to the City at least thirty (30) days before the training is to begin. The training class shall be conducted in two phases; an operations phase and a maintenance phase, each consisting of a minimum of 8 hours of class time. The Contractor shall provide all maintenance and operations training prior to any equipment being made operational in the field. Training shall be provided by personnel thoroughly familiar with the equipment operation. This may be the Contractor's personnel, equipment manufacturer's representatives, or a combination of the two. Training sessions may be combined and/or shortened with the agreement of the City. Recommended test equipment, literature and drawings for the classes shall be furnished by the Contractor. At the conclusion of classes, all items furnished, which are not currently owned by the City of Newport Beach, 52 9 Newport Beach Phase 1 shall become the property of the City. 16.2 Measurement and Payment Specifications The work described above is incidental and no separate payment will be made to the Contractor. The cost of this work shall be considered to be included in the Contractor's unit or lump sum price for the various bid items. No additional compensation shall be allowed. PART 2 — MATERIAL PART 3 — EXECUTION END OF SECTION K: IusersIOW07 -1716 - Newport Beach ITS & Signal TimingWo6Saecs1newpor1 specs FINAL submitial.doc 53 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 13 May 27, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Antony Brine, P.E., T.E. 949 -644 -3329 or tbrine @city.newport- beach.ca.us SUBJECT: Traffic Signal Modernization — Phase 1 Construction Award of Contract No. 3975 Recommendations: 1. Approve the project plans and specifications. 2. Reject the low bid received from Pro Tech Engineering as non - responsible. 3. Award Contract No. 3975 to Dynalectric for the Total Bid Price of $382,465.55, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $57,000 to cover the cost of unforeseen work. Discussion: At 10:00 a.m. on April 21, 2008, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Pro Tech Engineering $339,130.92 " 2 Dynalectric $382,478.81 3 Steiny and Company, Inc. $395,463.00 4 Terno,Inc. $445,527.00 5 Christopher R. Morales, Inc. $482,767.00 6 California Professional Engineering $484,221.00 7 Pouk & Steinle, Inc. $492,208.00 Corrected Bid Amount is $329,729.12 " Corrected Bid Amount is $382,465.55 The low total (corrected) bid amount is 36 percent below the Engineer's Estimate of $530,600. The low bidder, Pro Tech Engineering, possesses a California State Contractors License Classification "C -10" as required by the project specifications. However, Pro Tech Engineering's documented performances on previous contracts with Traffic Signal Modernization Phase 7 - Award of Contract No. 3975 May 27, 2008 Page: 2 the City have been unsatisfactory. More specifically, Pro Tech Engineering was awarded the Balboa Peninsula Streetlight Modifications project in June 2001. There were numerous problems throughout the project concerning inferior quality work, uncompleted work, and incorrectly installed facilities. Examples of work performance safety problems to the City included missing ground wires, improper splices, and exposed fuses and wires. Extensive corrective work was required extending the final project completion date and resulting in costly change orders. Additionally, recent failures of that streetlight system have been traced back and attributed to Pro Tech Engineering's inferior installation including direct violations of the adopted Electrical Code. The City Council staff report, dated February 11, 2003, is attached for Council's review of the Balboa Peninsula Streetlight Modification project. In addition, a review of Pro Tech Engineering's references, and discussions with other municipalities, has shown that other agencies have had recent similar experiences during construction. On May 2, 2008, a letter was sent to Pro Tech Engineering indicating that the Public Works Department determined it was not a responsible bidder (see attached). Staff provided the contractor the opportunity to submit detailed documents by May 14, 2008, which would dispute our findings and support their ability to perform quality work. In addition, the company was required. to provide certification that all employees performing work as electricians are certified. The Public Works Department did not receive a response from Pro Tech Engineering by the May 14 deadline. Due to the history of previous contract experience and poor references received, staff recommends rejecting the low bid as non - responsible, and awarding the contract to the second low bidder, Dynalectric, as the lowest responsible bidder. Staff strongly believes that it is important to have a responsible contractor complete the construction for this first and important Traffic Signal Modernization project. The second low total (corrected) bid amount is 28 percent below the Engineer's Estimate of $530,600. The second low bidder, Dynalectric, possesses a California State Contractors License Classification "C -10" as required by the project specifications. Reference checks on Dynalectric have indicated that they are a responsible bidder. Construction work for the Traffic Signal Modernization Project — Phase 1 includes the installation of fiber -optic communications, CCTV cameras, and new traffic signal controller equipment. The contractor will install communication connections with the Central Library in advance of the installation of the new traffic signal field equipment and the new Traffic Management Center (TMC) at the new City Hall. In addition, to improve pedestrian safety within the Corona Del Mar area, a pedestrian traffic signal will be installed at the intersection of Coast Highway and Iris Avenue. Pursuant to the Contract Specifications, the Contractor will have 100 consecutive working days to complete the work. • Traffic Signal Modemizatio• ase 1 —Award of Contract No. 3975 May 27, 2008 Page: 3 Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work within the Corona del Mar Business District, two City prepared notices will be distributed by the contractor to both residents and businesses. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical and Material Testing Services: Geotechnical and Material Testing Services are not required for this contract. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Account Number Amount Iris Ave / Coast Hwy Traffic Signal 7281- C3002001 $ 120,000.00 Traffic Signal Modernization Ph 1 7281- C5200852 175,465.55 Traffic Signal Modernization Ph 1 7261- C5200699 $ 146,000.00 Total: $ 439,465.55 Proposed uses are as follows: Vendor Purpose Amount Dynalectric Construction Contract $ 382,465.55 Dynalectric Construction Contingency $ 57,000.00 Total: $ 439,465.55 Prepared by: Submitted by: --11� Antony Brine I � %�% Me City Traffic • -- '.. v OR. I - • Attachments: List of Project Intersections City Council staff report dated February 11, 2003 Letter dated May 2, 2008, to Pro Tech Engineering I I I I I PHASE 1: COAST HIGHWAY & MACARTHUR BOULEVARD As part of Task 2 for the Traffic Signal Communication Master Plan and Phase I PS &E project, 21 intersections along three street segments, have been identified for traffic signal and communications improvements. This project is denoted as the Phase 1 project. The limits of work are listed below 1J I I 01 11 J J J I Phase 1 is envisioned to include the design for the installation of new traffic signal controllers, CCTV cameras, and communications upgrades within the project limits. Six intersections will receive new ASC /3 controllers in NEMA cabinets, two will receive new ASC 13 controllers in new Type "O" cabinets, and thirteen will receive new Model 2070L controllers in Type 332 cabinets. Two locations have been identified for new CCTV camera deployments. The following six intersections currently operate with 820/820A controllers and will be upgraded with ASC /3 controllers: (1) MacArthur Blvd / Bison Avenue (2) MacArthur Blvd/ Vilaggio (3) MacArthur Blvd / Ford Rd- Bonita Canyon Dr (4) Avocado Ave / San Miguel Dr (5) Avocado Ave / Farallon Dr (6) Avocado Ave / Corona Del Mar Plaza The following two intersections currently operate with Model 170 controllers in Type 332 cabinets and will be upgraded with ASC /3 controllers in Type °O" cabinets. (7) MacArthur Blvd I San Miguel Dr (8) Coast Hwy / Goldenrod Ave ITERIS: _Nwo�"' Aage 62 of 117 December 2007 • Coast Highway from Jamboree Rd to Newport Coast • Avocado / San Miguel / MacArthur from Coast Highway to San Joaquin Hills Rd • San Joaquin Hills Rd from MacArthur to San Miguel The following signalized intersections are included in Phase I: (1) Coast Hwy & Jamboree Rd (13) MacArthur Blvd I San Joaquin Hills Rd (2) Coast Hwy & Irvine Terrace (14) MacArthur Blvd / San Miguel Dr (3) Coast Hwy I Newport Center Dr (15) San Miguel Dr I San Joaquin Hills Rd (4) Coast Hwy / Avocado Ave (16) MacArthur Blvd / Bison Ave (5) Coast Hwy I MacArthur Blvd (17) MacArthur Blvd / Villagio (6) Coast Hwy i Goldenrod Ave (18) MacArthur Blvd / Ford Rd- Bonita Canyon Dr (7) Coast Hwy I Marguerite Ave (19) Avocado Ave I San Miguel Dr (8) Coast Hwy 1 Poppy Ave (20) Avocado Ave I Farallon Dr (9) Coast Hwy / Morning Canyon Rd (21) Avocado Ave / Corona Del Mar Blvd (10) Coast Hwy / Cameo Shores Rd -Cameo Highland Dr (22) Coast Hwy / Iris (New pedestrian signal (11) Coast Hwy / Pelican Point Dr constructed as part of Phase 1) (12) Coast Hwy / Newport Coast Dr 1J I I 01 11 J J J I Phase 1 is envisioned to include the design for the installation of new traffic signal controllers, CCTV cameras, and communications upgrades within the project limits. Six intersections will receive new ASC /3 controllers in NEMA cabinets, two will receive new ASC 13 controllers in new Type "O" cabinets, and thirteen will receive new Model 2070L controllers in Type 332 cabinets. Two locations have been identified for new CCTV camera deployments. The following six intersections currently operate with 820/820A controllers and will be upgraded with ASC /3 controllers: (1) MacArthur Blvd / Bison Avenue (2) MacArthur Blvd/ Vilaggio (3) MacArthur Blvd / Ford Rd- Bonita Canyon Dr (4) Avocado Ave / San Miguel Dr (5) Avocado Ave / Farallon Dr (6) Avocado Ave / Corona Del Mar Plaza The following two intersections currently operate with Model 170 controllers in Type 332 cabinets and will be upgraded with ASC /3 controllers in Type °O" cabinets. (7) MacArthur Blvd I San Miguel Dr (8) Coast Hwy / Goldenrod Ave ITERIS: _Nwo�"' Aage 62 of 117 December 2007 I CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 6 February 11, 2003 TO: 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: BALBOA PENINSULA STREETLIGHT MODIFICATIONS, CONTRACT NO. 3416 — COMPLETION AND ACCEPTANCE 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 1 year after Council acceptance. DISCUSSION: On June 26, 2001, the City Council authorized the award of the Balboa Peninsula Streetlight Modifications contract to ProTech Engineering of Anaheim, California. The contract provided the replacement of streetlights on Balboa Peninsula under the City s fifteen -year program to convert obsolete 5000 -volt series streetlight circuits and replace aging facilities. The project provided the replacement or refurbishment of 103 incandescent lights and approximately 20,000 feet of electrical conduit and wiring on the Ocean Front sidewalk to Newport Pier, along Balboa Boulevard between Island Avenue and 28" Street, and extending north of Vd Street to River Avenue between Marcus and Lake Avenues. The contract has now been completed. However, there were numerous problems throughout the project concerning inferior quality work, uncompleted work, and incorrectly installed work that presented safety problems (missing ground wires and fuses, and exposed wires) to the City. The project required City Staffs continual persistence to have corrections made by the contractor. The contractor claimed on three separate occasions to have completed the project, yet on the first two occasions, it was shown the work was significantly deficient and incomplete. The second punch list for the project was so extensive, over 500 corrective Items were shown on the 14 sheets of drawings. Through extensive effort by City Staff, 0 SUBJECT: BALBOA PENINSULA STREETLIGHT MODIFICATIONS, CONTRACT No. 3416— COMPLETION AND ACCEPTANCE February 11, 2003 Page 2 the contractor made most of the required corrections; however, for the two items left unfinished the contractor was charged $6,200. The extensive corrective work required extending the final project completion, consuming both staff time and resources. In the final negotiations with the contractor, the contractor was charged an additional $8,000 on Change Order No. 9 in lieu of charging liquidated damages. A summary of the contract cost is as follows: Original bid amount: $375,807.50 Actual amount of bid items constructed: 382,357.50 Total amount of change orders: 74,209.30 Final contract cost: $456,566.80 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional deeper pullboxes on Balboa Boulevard exceeding the bid item quantities. The final overall construction cost including change orders was 21.49 percent over the original bid amount. A total of 11 change orders were issued to complete the project. They were as follows: No cost time extension setting start date of September 24, 2001 and with 140 working days from start date. No cost change order splitting bid item 9 into bid items 9 and 9a. A change order in the amount of $21,000.00 provided for the installation of deep conduit at 14 locations to run beneath the storm drain. 4. A deductive change order in the amount of $1,174.14 provided reimbursement to the City for City repairs to a sewer main, bored through by the contractor's boring machine. 5. A change order in the amount of $2,890.60 provided for the modification of conduit size along Balboa Blvd. from specified 1 -1/4 inch to 1 -112 inch for entire run (7620 LF). 6. A change order in the amount of $8,725.00 provided a revised power service, an additional pole reinstallation,, increased service pedestal size, revised luminaire arms from 6 to 8 feet, and four additional pole reinstallations on Lake Avenue. 7. A change order in the amount of $25,000.00 provided for the boring of conduit between 35th and 38th streets and the relocation of 10 additional poles on River, 35th, 24th, and Ocean Front. SUBJECT: BALBOA PENINSULA STREETLIGHT MODIFICATIONS, CONTRACT No. 3416- COMPLETION AND ACCEPTANCE February 11, 2003 Page 3 A deductive change order in the amount of $518.66 provided reimbursement for phone line repairs for the contractor's damage to the emergency phone line to a lifeguard tower. 9. A deductive change order in the amount of $14,200.00 provided for reimbursement to the City for the Contractor's failure to install wire color per plan ($3000), additional reimbursement to the City for contractor's failure to install wire color per plan ($8,000, - assessed in lieu of liquidated damages), and reimbursement to the City for 16 old pullboxes that were not removed by the Contractor. 10. A change order in the amount of $9,800.00 provided for additional amounts due the Contractor on Change Order Nos: 6 and 7. 11. A change order in the amount of $22,686.50 provided for increased wire sizes required by the City. Funds for the project were expended in the following accounts: Description Streetlight Conversion Streetlight Replacement Oceanfront Walkway and Lighting Account No. Amount 7014 - 05200025 $39,910.82 701405300035 276,655.98 7295 - 05100568 140,000.00 Total $456,566.80 The original scheduled completion date was April 10, 2002. The contract was extended by the City by change order to May 15, 2002. Due to the large amount of defective work that required correction during the punchlist phase, the work was not completed until September 26, 2002, Environmental Review: This project was determined to be exempt from California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the construction of this project was authorized by the City Council. This exemption covers the replacement or reconstruction of existing utility facilities with negligible or no expansion of capacity. Prepared by: &&,,l(2� R. Gunther, P.E. Construction Engineer Attachments: Submitted by: Step ay Director Public Works 1. Public Works Department Letter of August 14, 2002 2. Public Works Department Letter of July 22, 2002 August 14, 2002 • 11 CIT'i OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD EO BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949)644 -3311 Mike Nilmafs ProTech Engineering Corporation 3855 La Palma Avenue, Suite 127 Anaheim, CA 92807 Subject: Balboa Peninsula Streetlight Modifications, Contract No. 3416 Final Punch List Drawings Dear Mr. Niknafs: A�w�nn�tt In your letter of June 14, 2002 you requested a final job -walk for this project, stating that all of your work was completed. The final job -walk, began on Wednesday, July 3, 2002 and occurred over a three -week period, being completed on July 16, 2002. Over 100 hours of City staff time was invested in the job -walk and the compilation of the punch list drawings. ProTech attended only the first three hours of the job -walk on the first day of the walls Poor Quality of Work. Faulty Installations. and Unfinished Work The attached red -lined drawings detail the tremendous number of work items that were found to be installed improperly or left unfinished The number of faulty and unfinished work items was so huge that it was impractical to list them. In fact it has taken close to a month to document and assess the large number of items and to compile them on the attached contract drawings which have been marked in red with the items to be corrected or finished (over 500 items). Many of these items were brought to your attention by the inspector previously, while some were only discovered during the job -walk where all items of work were opened up for final review. The plans and specifications were clear as to the work items to be performed and you did not indicate that you were unable to understand the plans and specifications. However, the large number of defects in installation and unfinished work demonstrates that ProTech's quality of work was severely lacking and that ProTech did not follow the plans and specifications for the project. Safety Concerns Potential safety hazards were confronted by City staff performing the job -walk (e.g. missing ground wires in street light poles) and there are numerous substandard or unfinished items that may present safety hazards for the City in the future. Project Completion Due to the extensive nature of the faulty and unfinished work and related safety issues, we are concerned with ProTech's ability to complete this project. ProTech's work is not complete as 0 ..#-Tech Engineering Corporation Final Punch list Drawings Page 2 of 2 claimed. The contract start date for the work was September 24, 2001 and the contracted completion date was April 10, 2002. This date was extended through approved change orders and non - work days to May 13, 2002. Since the work is not complete, ProTech is liable for the contracted liquidated damages of $500 per day since May 13, 2002. Please review the punch list drawings and contact Rob Masters at 949 -644 -3312 by Wednesday, August 21 to discuss your schedule for completion of this project. If ProTech is unable to complete the work per the contract plans and specifications, the City will make arrangements for another contractor or the bonding company to complete the project. Sincerely, Bill Patapoff City Engineer By: R. Gunther Construction Engineer Attachments; Synopsis of Safety Items and Select Items Punch List Drawings, Red -Lined Cc: Steve Badum, Public Works Department Mike Sinacori, Project Manager Rob Masters, Senior Project Inspector Herb Wollerman, Utilities Dan Ohl, Deputy City Attorney Steven Itagaki, Tetra Tech ASL Consulting Engineers Gulf Insurance Company, Surety Bonding Company F :\USERSIPBWLShared\Contracts\FY 00 -01113alboa Peninsula Strmt Light Modifimdms C- 3416tL- 2.PmTechdoc 7 E Synopsis of Safety Items and Select Items from Punch List Drawings (see attached 14 plan sheets) A. Potential Safety Concerns. 1. Electrical ground wire is missing in Type I and Type H street light poles. All poles are required to have a ground wire connection up'the pole to connect to the luminaire as per note 6 on sheet 14 of the plans. The work as installed is a safety hazard. 2. Electrical wires in street light poles are wrong color throughout the project. Color of electrical wires up poles are to match those of the wire colors specified for the circuits as per note 6 on Page 14 of the plans. (Either a black and red wire or a blue and a yellow wire). The two black wires currently installed in poles do not meet this specification. The color- coding of circuits is a current City utilities safety requirement and was clearly called out on the plans. 3. Electrical wires in conduit are wrong colors throughout the projeet. Colors of electrical wires in conduits are to be as specified on note 15 of sheet I of the plans and Section 307 -14 of the specifications. The color- coding of circuits is a city utilities safety requirement and was clearly called out on the plans and was clearly called out on the plans. 4. Bare wire is exposed on terminal strips in numerous locations and needs to be shortened. Electrical shorting can occur and is a safety hazard. 5. Color- coding of phase -wires changes color in pull boxes at noted locations. This is not per specification and is a safety hazard. 6. Many fuses were wrong size or missing - City staff has now installed the missing fuses. 7. Light pole at 28th St. is in contact with an overhead wire and may be a safety hazard. 8. Circuit feeds are mis -wired and not per plan on sheet 12 and may be a safety hazard. B. Other Selected Items 1. No Certified Payrolls were ever received during the project to verify the payment of prevailing wages as required in the contract "Instructions to Bidders." 2. Grout caps at poles need to be removed and reformed 6 inches wide per plan sheet 14. 3. Landscaping repairs are incomplete and unacceptable, particularly along all of the median islands on Newport and Balboa Blvds. Bushes were chopped out of the way and not replaced. Damaged irrigation lines and heads need to be replaced to working order. 4. Sidewalk repairs are unacceptable. Note 11 on Page 1 of the plans calls for entire sidewalk panels to be replaced wherever sidewalk work occurs. The low quality, poorly finished patches are to be removed as shown on the attached plans. 5. As -Built drawings were not submitted monthly as required and no final As- Builts have been submitted for the project. 6. Written one -year guarantee for all installed materials has not been submitted. The above list is only a small synopsis of the some of the major items of work remaining to be done. All of the numerous items as detailed on the marked -up punch list drawings attached must be corrected and finished for the project to be complete. July 22, 2002 11 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 V49}644 -3311 Mike Niilmafs FAX: 714 -281 -6829 ProTech Engineering Corporation 3855 La Palma Avenue, Suite 127 Anaheim, CA 92807 Subject: Balboa Peninsula Streetlight Modifications, Contract No. 3416 Dear Mr. Niknafs, The phone line serving the Lifeguard Tower at 13'b Street has been out since approximately June 22, 2002. The line and conduit were damaged directly at the location of the new streetlight foundation constructed by your crews as part of your work. We have requested on several occasions, including by phone last week, that you repair this damaged line. Lack of phone service to the Lifeguard Tower has presented a serious life -safety concern, since the lifeguard at Tower 13 may not be able to communicate with other towers, headquarters, or with medical personnel in an emergency. Since we did not receive a response from you to our phone calls last week, we are having the repairs inade by another contractor today. Our intentions are to bill ProTech Engineering for this work. Sincerely, R. Gunther Construction Engineer Cc: Bill 3?atapoff, City Engineer Mike Sinaoori, Project Manager Rob Masters, Senior Inspector Dan. Auger, Telecommunications Herb Wollerman, utilities CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director May 2, 2008 Mike Niknafs, President ProTech Engineering Corporation 3535 East Coast Highway, # 325 Newport Beach, CA 92625 Subject: Traffic Signal Modernization Phase 1 Contract Bid Dear Mr. Niknafs, The City has reviewed your Bid Proposal dated April 21, 2008 in regards to the Traffic Signal Modernization Phase 1 project. As you are aware, your company was the low bidder with a corrected bid of $339,130.92. As part of the City's consideration of the bid on all projects to be awarded, the Public Works Department performs an analysis to determine whether the low bidder is a responsible bidder. The term "responsible bidder' is legally defined as a bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the public works contract. In conducting our analysis, the Public Works Department has found evidence that we believe supports a determination that your company is not a responsible bidder as defined by law. Specifically, as part of our analysis, our department contacted the references included in your bid submittal as well as other municipalities whom your company has performed work for in the past. We have also reviewed our department's contract files related to previous projects completed by your company for the City of Newport Beach. Based upon this analysis, the Public Works Department is planning to reject your bid as submitted on April 21, 2008. It is our determination that your company is not responsible because your past performance has failed to demonstrate that your company has the requisite experience to satisfactorily perform quality work. Attached is a City Council Staff Report dated February 11, 2003 outlining the issues of inferior quality work, faulty installations, and unfinished work that presented quality and safety problems to the City. That contract required excessive amounts of City staff oversight and inspection. In addition, there have been continuing problems and equipment failures related to that project that have necessitated the City to repair and 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 • 0 replace equipment that has failed subsequent to the contract completion. Our discussions with other municipalities have been in regards to recent contract work by your company. These conversations have confirmed our concerns regarding work quality and safety issues. Other cities have indicated that they have had the following problems including: safety issues related to improperly installed traffic control, contractor installing previously -used materials, extra inspection requirements, contractor completing and billing for unapproved work. Pursuant to law, you have the opportunity to rebut this adverse evidence and present detailed information that can attest to your ability to competently complete the contract work with no project delays, using quality equipment and materials, and properly trained personnel. Pursuant to California Labor Code 3099, certification is required for all persons who perform work as electricians for contractors licensed as Class C -10 electrical contractors. Proof of certification shall be provided to the City for all individuals working on the project. If you would like to submit the required certification documents, and evidence regarding your company's ability to perform quality work for our consideration and the City Council's consideration, please submit this information by May 14, 2008. If you have any questions about this matter, please contact me at (949) 644 -3329. Sincerely, Anto�nq Brine; P.E., T.E. City Traffic Engineer Attachment: City Council Staff Report dated February 11, 2003 Cc: Steve Badum, Public Works Director Dave Webb, Deputy Public Works Director /City Engineer Aaron Harp, Assistant City Attorney Brad Sommers, Senior Civil Engineer