Loading...
HomeMy WebLinkAboutC-3976 - Traffic Signal Modernization Phases 2 and 3 Construction (Jamboree Road)My u �' (�) OFFICE DE THE CITY CLERK Leilani I. Brown, MMC May 26, 2010 Mr. Todd Simmons C.T. & F, Inc. 7228 Scout Avenue Bell Gardens, CA 90201 Subject: Traffic Signal Modernization Phases 2 and 3 Construction (C -3976) Dear Mr. Simmons: On April 13, 2010, 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 20, 2010, Reference No. 2010000183399. The Surety for the contract is Suretec Insurance Company and the bond number is 4371530. Enclosed is the Labor & Materials Payment Bond. Sincerely, a- 0Q�Wr'� Leilani I. 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 ISSUED IN THREE (3) ORIGINAL COI . aRPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 BOND NO. 4371530 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, Slate of California, by motion adopted, has awarded to C.T. & F., Inc., hereina.fler designated as the "Principal," a contract for construction of TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD, Contract No. 3976 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 or Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3976 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, SURETEC INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty Thousand, Two Hundred Ninety -Nine and 471100 Dollars ($520,299.47) lawful money of the United Slates of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work conlracted 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 Stale of California. 28 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 el. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surely from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25TH day of MARCH , 2009. n C.T. & F., Inc. (Principal) Authorized SURETEC INSURANCE COMPANY Name of Surety Authorized Agent 3033 5TH AVE. SUITE 30.0 SAN DIEGO, CA 92103 PHILIP VEGA, ATTU Address of Surety Print Name and Title 626 -859 -1000 Telephone V -1 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 POA x: 510003 Su reTee Insurance ranee Company LIMITED POWER OF ATTORNEY Know All Alen by There Presents, That SURETLC INSURANCE COMPANY '(the "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, I larris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney (s) -in -fact, wilh full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings of other instruments o' contracts of suretyship to include waivers to the conditions of contracts and consents of surely, providing the bond penally does not exceed Five Million Dollars and no /100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, scaled with the corporate seal ol'the Company and duly attested by its Secretory, hereby ratifying and confirming all thal the said Allot ney(s) -in -Pact may do in the premises. Said appointment shall continue in force until 10/31109 and is made under and by authority of the following resolutions of the Board of Directors of the Sure'fcc Insurance Company: Be i( Resolved, that the President, any Vice-president, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and andtorily to appoint any one or more suitable persons as Attorncy(s) -in -Pact to represent and act for and on behai f of the Company subjeci to the following provisions: : itrornen-in -Peet may be given full power and authority, for and in the name of and of behalf of (lie Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or Obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability Ihurcunder, and any such instruments so executed by any such Attorney -in -Pact shall be binding upon the Company as if signed by the ['resident and sealed end effected by the Corporate Seurelry. Be it Rerohled, that the signature of any authorized officer and seal of the Company heretofore or hereafter al'Bxed to any power of attorney or any certilicate relating thereto by facsimile, and any power rof attorney of certificate hearing facsimile signature or facsimile seal shaft be valid and binding upon the Company with respect m any bond or undertaking to which it is attached. (Adapted ar a rneeling hold at 20 of.417ril. 1999.) In Witness Whereof,, SURETLC INSURANCE COMPANY has caused these presents to be siymedby its President, and its corporate seal to be hereto affixed this 20th day of fune, A.D. 2005. w RFTEC URANCL COMPANY dUj`X l04 By A.J. Ki g, reside t ice' o;Zf '.',late ofTexas r ss: Coun(y9fhlaris is ?sy 'Y,•d .. -..•' . On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by the duty sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETLC INSURANCE COMPANY, the company described in and which executer/ the ahoce instrument; than he knows the seal of said Company; that the seal affixed to said instrument is such corpnralc seal; that it was so al'fixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny SYr' E"w" Notary Texas Stale aliexae N y Commission Expires August 27, 2008 •1'V6lLV1'GI,(b be h yW) Michelle Denny, Notary P` lic My commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby ceni fy that the above and foregoing is a [me and correct copy of a Power of Anorney, executed by said Company, which is still in full force and effect; and fitrthermme, the resolutions of the Board o[- Dinxmcs, set out in the Power of Attorney are in full force and effect. Given under my hand and the seat ofsaid Company at Houston, Texas this 25TH day t P MARC , 1009 , A.D. I. Brent Beaty, Assistant Sec Lary Any instrument issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812 -0800 any business day between 8:00 am and 5:00 pm CST. State of California County of Los Angeles On 3/25/09 before me, Monica Blaisdell, Notary ealn W,. lmerl Nme antl TDO o ft rmr personally appeared Philip Vega Nama(a)asyaagal MONICA 8LAISDELL c ommissio n '1 7794078 4h: Notary public - California £ Orange County MyConvn. 'es Mar26, 2012 who proved to me on the basis of satisfactory evidence to be the person(yj whose name (h) is/AW subscribed to the within instrument and acknowledged to me that hel&&ftexecurted the same in his /fir/ kauthorized capacity(fel4jf and that by his/kg ignatureAon the instrument the person(), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m'�1y� hand �and gofficial seal. Place NgWySaal AOava Signature_ t ` vu rwv� i J� ga ra of Notary P Ilc OPTIONAL Though the Inrormah'on below is not required by law, it may prove valuable to persons retying on the document and court prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signers Name: • 'Individual • Corporate Officer— Title(s): _ ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: eIGHT�THU1riePAiNY —f0 FSIGNen� I Number of Pages: Signer's Nar ❑ Individual ❑ Corporate Officer — Tte(s): ❑ Partner — O Limited ❑ General • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: iRIGHT,THUMSPRINT4 ��OEjSIGNER[� . 92007 NaaW Notary Aasldbn- 9350 De SOto Aw, P.O. SatNM -ChaW M, CA 9191 &2902• MMftdMWNO 1_.019 MM#590r RewtleOCaliLll -FNa 1-006816682] CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ADAN HERRERA JR., NOTARY PUBLIC (Hem insert name and tide of the officer) personally appeared TODD SIA4MONS who proved to me on the basis of satisfactory evidence to be the person(r) whose names) is /afe subscribed to the within instrument and acknowledged tome that he/she/ executed the same in his/-her�tkeif authorized capacity(ies), and that by his/ /her� tkeif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. entry Public ADDITIONAL OPTIONAL INFORMATION Signature of N ADAM H'24' JR. Commission # 7787182 Notary Public - California Los Angeles County (Notary Sea Comm D=27 2011 Ind. er attamida. or morn ed eo o men mminu em Number of Pages = Document Date., .PACICY CLAIMED BY THE SIGNER El ❑ Corporate Officer Vice - President ❑ (tali) Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment mmplefed in Culf%mia must mnfdin vertdnge exactly as appears amore tit me rwmry section are separate arxnoweagaminji mruns, oe pmpeny mmpeea one anacrea to nor mcumenr. ire omy exception is gat secumeut is to or mcomea oursrae or e.aufonnm, in suoi neonates, any mremenve atxnmmeagmmn nemmge as may oe Immen on suen a nomnent wrong as na wro age aces nor requtir me notary to no sanernnig rant is nregat/or a nurary in Um/onrm n<. cemfyang the mama tea mpaory of tie signer/. reuse aenr tie aoeunem mrefuny forproper nomnai narrating arm mm ri rius/orm g requires. • State and County information must be the Slate and County where the document shpoons) personify appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the dame data the acknowledgment is completed • The notary public most print his or her name as it appears within his or her commission followed by a con ins and then your title (notary public). • Pdnt the murals) of docvmentsignons) who persorully appear at the time of anti mvatle . • Indicate the comet singular or plural forms by crossing off incorrect forms (i.e. He /she /they, is /are) or ridding the coned forms. Failure to correctly indicate this information may lend to rejection of the document rtmding. d The notary seal impassion most be clearand photographically reproducible. Impression must notcover text or lines. a seal impression smudges, reseal if a sufficient am permit, otherwise complete a different acknowledgment form • Shmalum of the notary public must match the atgamre an ale with the office of the county clerk. • Adeiflonal Information is not required but could help to ensure this acknawedgment is not misused or attached to a different document • IMlcate Moor" ofaladted command, number of pages and date. • Indicate the capadly claimed by the signer. a the claimed capactty Is a carporate officer, indicate Me ace (i.e. CEO. CFO, secretary). • Securetynliechthisdocument to the signed document. E't OFFICE OF THE E CIITY CLERK Leiani 1. Brown, MMC April 20, 2011 Mr. Todd Simmons C.T. & F, Inc. 7228 Scout Avenue Bell Gardens, CA 90201 Subject: Traffic Signal Modernization Phases 2 and 3 (C -3976) Dear Mr. Simmons: On April 13, 2010, 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 20, 2010. Reference No. 2010000183399. The Surety for the contract is Suretec Insurance Company and the bond number is 4371530. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. 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 ISSUED IN THREE (3) ORIGINAL COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 [cIi7�I7i•Li� FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ being at the rate of $ 15.00 7,805.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to C.T. & F., Inc., hereinafter designated as the "Principal', a contract for construction of TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD, Contract No. 3976 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. 3976 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract, NOW, THEREFORE, we, the Principal, and SURETEC INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty Thousand, Two Hundred Ninety -Nine and 471100 Dollars ($520,299.47) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 32 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder of 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 lime, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF Surety above named, on the 25TH C.T. & F., Inc. (Principal) this instrument has been duly executed by the Principal and day of MARCH , 2009. i Authorized ignalure SURETEC INSURANCE COMPANY IRA 4 Name of Surety Authori ent Signature 3033 5TH AVE, SUITE 300 SAN DIEGO, CA 92103 PHILIP V%GA, ATTO Address of Surety Print Na and Title 626 - 859 -1000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 33 POA n: 510003 SureTec Insurance Company LIMITED POWER OF ATTORNEY Knotty All Afen by These Presents, That SURETEC INSURANCE COMPANY (tile "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Barris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina. CA its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other inshvments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no /100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such hands were signed by the President, scaled with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all That the said Attoi ney(s) -in -Fact may do in the premises. Said appointment shall continue in force until 10/31/09 and is made under and by authority of the following . resolutions of the Board of Directors of the Sure•Tec Insurance Company: Be. it Resolved; that the President, any Vice - President, any Assistant vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested wltll full power and authority In appoint any one or moire suitable persons as Allorney(s) -In -Pact to represent and act Ibr and nn behaI I a ilia Company subject to the following provisions: AFloiley-in -Foci may be given full power and authority for and in the name or and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recogninnecs, contracts, agreements or indemnity and other condiliunal or obligatory undertakings and any and all notices and documents canceling or terminating ilia Company's liability thereunder, and any such instruments sn executed by any such Alloruev -in -Fact shall be binding upon the Company as it'signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal or ilia Company heretofore or hercaller afliacd In any power of otloruey or any certificale relating thereto by facsimile, and any power of attorney or ecnilicate bearing facsimile signanne or facsimile seal shall be valid and binding upon the Company with respect 10 any bond la' undenakinG to which it is attached. (Adnpled al it rneeling belt on 20 "i or April. 1999.) fn Witness I19iercof; SIIRL 'rEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. I.A„o 'RETCC T URANCE COMPANY 5�rtntvr,N °a u% X 9 g5 R : y: „- w'�n R.J. Ki g, retitle tt Slate ol'Texas s,: �- Calmly ol"Horris ••' On this 20th day of Junc, A.D. 2005 heforc me personally came B.J. King, to are known, who, being by me duly sworn, did depose and say, ilia( he resides in Houston, Texas, that he is president of SURE EC INSURANCE COMPANY, the company described in and which executed ilia above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such cnrpnratc seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. A Michelle Denny `F`'r "u-t't• Notary ci Tex State of Texaa /MIuy)ai-b be�VI. My Commission Expires Michelle Denny, Notary P` lic August 27, 2008 My commission expires August 27, 2008 1, M. Brent Beaty, Assisumr Secretary of sURtiTEC INSURANCE: COMPANY, do hardly certify that the above and foregoing is a Ime and correct copy ora Prover of Attorney, executed by said Company, which is still in fill force and effect; and furthennorc, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and Ilia seal of said Company at Houston, Texas this 25TH day u f MARL 11-009 , A.D. i. Brent Beaty, AUistant See •.nary Any Instrument issued in excess of the penalty slated above is totally vold and without any validity. For verification of the authority of this power you may call (7`13) 812 -0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ADAN HERRERA JR., NOTARY PUBLIC (Here insert name and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is fare subscribed to the within instrument and acknowledged tome that he/she/ they executed the same in his'>hef:jther'- authorized capacity(ies), and that by his,ther�theiF signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public ADAN HERRERA JR. Commission # 1787182 'o Notary Public - California _ Los Angeles County (Notary Se COIIIRL Dec27,2Dll ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description ofollached document) (rive or description in nmmm document runionuedl Number of Pages = Document Date oddltional information) CAPACITY CLAIMED BY THE SIGNER Corporate Officer Vice - President ❑ (Title) Partner(s) ❑ Attomey -in -Fact ❑ Trustees) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any arknor ilerlgment completed in California must contain verbiage exactly as appears alone m ante anniry section ors sepamre acenou magment/orm must oe property computer ana atmcnea a unit comment. t me only exception is g a aoarment is to ee recoraea console of s-anyvi to sucn instances, any anennnve acomw eagnnnreernage as play in pnnrea all sucn a comment so tong as me carnage ones nor require me "Omni to so warennng mar is illegal /or a notary in uuyornm (i.e. cem/Ipng tam all owners mpann, or are signer). reuse ntecx use mamunt mre/uuy/or proper national morning one cannot nns/orm If requtrea. • State and County information muss be, the State rand County where the document siener(s) personally appeared before the notary public for acknowledgment. • Dateof notar(aeliun must be the date that the signers) persomally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her mime as it appears within his or her commission followed by a comma and then your title (notary public). • print the remote) of document signers) who personally appear at the time of notarisation • Indicate the correct singular or plural forms by crossing off incorrect to= (i.e. He/she/ they, is /are) or circling the correct [arms. Failure to correctly indicate this information may lead to rejection of the document recording. p The notary seal impression must beclear and photographically reproducible. Impression must not cover teal or lines. If seal impression smudges, reseal If a sufficient am permits, otherwise complete a different acknowledgment Same • Sigwture of the notary public must match the sigramre on file with the office of the county clerk • Additional information is not required but mule help to ensure this acknoWedgment is not misused or attached to to car erent document. • Indicate title or type of atli ched dominant, number of pages and date. • Indicate the rapacity claimed by the signer. It the claimed capacity is mrpomte officer. indicate am Nle (i.e. CEO, CFO, Secretary). • Securely attach thisdocument to the signed document. NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, C.T. & F., Inc., of Bell Gardens, California, as Contractor, entered into a Contract on April 14, 2009. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Project — Phases 2 and 3 (C -3976 Work on said Contract was completed, and was found to be acceptable on April 13, 2010, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Suretec Insurance Company. No City VERIFICATION iNorks Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �� I W at Newport Beach, California. City Clerk C-3 0 ''- m _.Jn0 �.n n �n h N O U a v N V a 3 M M rn M 0 Recorded in Official Records, Orange County RECORDING REQUESTED BY AND Tom Daly, Clerk- Recorder ����������B���I�N���NIIIIIIII��IIII�VIUIIII NO FEE WHEN RECORDED RETURN TO: 2010000183399 9:51 am 04/20/10 City Clerk 143 413 N12 1 City of Newport Beach 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" N NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, C.T. & F., Inc., of Bell Gardens, California, as Contractor, entered into a Contract on April 14, 2009. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Project — Phases 2 and 3 (C -3976 Work on said Contract was completed, and was found to be acceptable on April 13, 2010, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Suretec Insurance Company. No City VERIFICATION iNorks Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �� I W at Newport Beach, California. City Clerk C-3 0 ''- m _.Jn0 �.n n �n h N O U a v N V a 3 M M rn M 0 % , ti ' "10111V OFFICE OF THE E CITY CLERK Leilani 1. Brown, MMC April 14, 2010 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completions for the following projects: Corona del Mar State Beach Landscape Improvements (C -4089) Traffic Signal Modernization Project — Phases 2 and 3 (C -3976) Please record the enclosed document and return it to the City Clerk's office. Thank you. Sincerely, el Leilani I. Brown, MMC City Clerk Enclosure i 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, C.T. & F., Inc., of Bell Gardens, California, as Contractor, entered into a Contract on April 14, 2009. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Project — Phases 2 and 3 (C -3976 Work on said Contract was completed, and was found to be acceptable on April 13, 2010, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Suretec Insurance Company. Pu4,dvorks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. /� Executed on ri I i 'I i W o at Newport Beach, California. BY "-A. 2. dJm tl ` City Clerk CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item �G� 13 v April 13, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers, Senior Civil Engineer 949 - 644 -3326 or bsommers @newportbeachca.gov SUBJECT: TRAFFIC SIGNAL MODERNIZATION PROJECT- PHASES 2 AND 3. COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3976 Recommendations: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. 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. 3. Release the Faithful Performance Bond one year after Council acceptance. Construction Contract Summary: Construction Contract Final Cost at Benchmark Actual Contract Time Over Award Amount Completion Target Time (days) or (Under) $520,299.47 $569,987.57 Contract Contract 120 59 +10% +9.5% Discussion: On April 14, 2009, the City Council authorized the award of this contract to CT &F, Inc. (CT &F). Under this contract, CT &F completed the construction task of second and third phases of the Traffic Signal Modernization Project. Construction of Phases 2 (Jamboree Road Corridor) and 3 (Airport Area) of the Traffic Signal Modernization Project were combined to expedite deployment of the new traffic signal system. The project included installation of fiber optic communications, 13 CCTV cameras, and new traffic signal control equipment at 27 existing signalized intersections along Jamboree Road and within the Airport Area. With the completion of phases 2 and Traffic Signal Modemizah aojecl Phases 2/3 — NOC — C -3976 April 13, 2010 Page 2 3 of theeTrafficl signal Modernization Project, a total of 51 traffic signal and 15 Closed Circuit Television Cameras (CCTV) are now online and can be managed from the Traffic Management Center at City Hall. 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: $520,299.47 Actual cost of bid items constructed: 519,708.10 Total change orders: Final contract cost: 50,279.47 $569,987.57 There were six change orders totaling $50,279.47. The change orders were for the following: Item No. Description Amount 1 Removal /reinstallation of additional traffic signal wiring, $ 1,237.21 upgrade pull boxes, and additional concrete work. 2 Replace damaged pull boxes, relocate water service, 8,458.21 conduit repair, relocate street light, abandon above round utility, and additional A.C. /concrete work 3 Relocate City conduit from AT &T vault, relocated pull 9,997.16 boxes, locate /replace damaged conduit. 4 Install additional 1,223 feet of new conduit and abandon 20,742.08 damaged conduit. 5 Modify traffic signal service, modify conduit, repair 4,041.86 damaged conduit, modify traffic signal foundation and install City-furnished traffic signal cabinet. 6 Replace malfunctioning EVP units (3 locations) and 5,802.95 asphalt/concrete repair. Total Project Change Orders $50,279.47 The change orders were result of finding additional damage to traffic signal equipment and conduit. Primarily, the change orders were related to in- ground damage or rotted conduit. Change Order 4 was significant at a cost of $20,742.08 and was related to two sections of rotted conduit which could not be reused. At the two locations, Bristol Street South between Campus Drive and Birch Street, and Jamboree Road at Ford Road, the underground conduit had degraded to the point where new traffic signal interconnect cable could not be installed in it. At these locations, new conduit was installed for a combined length of 1223 feet, and the damaged conduit was abandoned. Additionally, the Bristol Street South conduit replacement, as detailed above, also caused significant time delay to the project. The large number of underground utilities Traffic Signal Modernizal. Project Phases 2/3 — NOC — C-3976 April 13. 2010 Page 3 within the right -of -way forced staff to redesign the interconnect system, ultimately locating the new conduit in the dirt shoulder along Bristol Street North. The time needed to redesign the conduit run, along with the other change orders and extended equipment delivery times and caused a delay in completion of the project of approximately 59 days. A summary of the project schedule is as follows: Estimated Completion Date per July 2009 Schedule January 22, 2010 Project Award for Construction: April 14, 2009 Date of Notice To Proceed (NTP): May 11, 2009 Contract Completion Date per NTP & Approved Extensions: January 27, 2010 Actual Substantial Construction Completion Date: January 22, 2010 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 two City prepared notices are 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. Funding Availability: In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction Construction Inspection Design /Signal Timing (Iteris Agreement) TS Equip. Purchase /Modification /Integration (Econolite Agreement) CCTV Purchase /Integration (Iteris Agreement) Ethernet Communication Equip. Purchase (City) Incidentals Total Project Cost $ 569,987.57 2,280.00 409.610.00 <tily�cic��N] 109,360.00 74,280.26 1,332.81 $1,474,188.34 Funds for the construction contract were expended from the following account: Account Description Measure M Competitive Measure M Competitive Measure M Turnback Prepared by: Brad Sommers Senior Civil Engineer Traffic Signal ModernizaU, .'roject Phases 2/3 — NOC —C-3976 April 13, 2010 Page 4 Account Number Amount 7284- C3002002 $249,408.63 7284- C3002003 249,500.00 7281- C3002002 71,078.94 Total: $569,987.57 Submitted by: s G. Badum Works Director UTILT YAI I O4 w� 9� TRAFFIC SIGNAL MODERNIZATION CITY OF NEWPORT BEACH k oR 00 r CITY OF IRVINE 4~ CITY OF IRVINE UNIVERSITY DR BISON AVE Npll BON,vACI�YO SAN 1414- Op T m V 'U ii!.iL k..�i. L:'1 LEGEND N 0 _ I PHASES 1, 2 & 3 COMPLETED (50 SIGNALS) PHASES 4 & 7 PLANNED CONSTRUCTION 6/2010 (30 SIGNALS) PHASE 5 FUTURE (13 SIGNALS) PHASE 6 FUTURE (13 SIGNALS) PHASES FUTURE (11 SIGNALS) L!/ PHASES 1, 2 & 3 CCTV CAMERAS COMPLETED (15 CAMERAS) PHASES 4 & 7 CCTV CAMERAS (7 CAMERAS) i1 PHASE 5 FUTURE CCTV CAMERAS (4 CAMERAS) <!t PHASE 6 FUTURE CCTV CAMERAS (3 CAMERAS) PHASE 8 FUTURE CCTV CAMERAS (2 CAMERAS) . COMMUNICATION HUB RIDGE PARK RD CITY CLERK CITY OF NEWPORT BEACH 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 18th day of March, 2009, at which time such bids shall be opened and read for TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD Title of Project Contract No. 3976 $900,000.00 Engineer's Estimate by �Wpheff- .`Baaum blic Works Director Prospective bidders may obtain one set of bid documents for $35.00 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: htti):/Iwww.city.newi)ort-beach.ca.us CLICK: e- ontineservices /e- bidPublicWorks CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 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 SPECIAL PROVISIONS..... ........................................... .................................... ...... SP-1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 INSTRUCTIONS TO BIDDERS The following documents shall be completed, bxecuted and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO a BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. l3! 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. 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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. rl. 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 3 substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 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 — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770 -7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 182572 c ro Contractor's License No. & Classification Bidder Authorized Signature/Title Date 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 BIDDER'S BOND We, the undersigned Principal and Surely, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid _ _ Dollars ($ 10% }, to be paid and forfeded to the Cily of Newport Beach if the bid proposal of the undersigned Principal for [tie construction of TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD, Contract No. 3976 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award', otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surely from its obligations under this Bond. Wilnoss our hands this _10th day of March C.T.BF., Inc �1� Name of Contractor (Principal) Authorized SureTec Insurance Company Name of Surely AuthorizeyY nl Signature 3033 5th Ave. Suite 300, San Diego Ca 92103 Phili a Address of Surely Print Name d Title 3033 5th Ave., Suite 300, San Diego, Ca 92130 Telephone (Notary acknowledgment of Principal 8, Surety must be attached) POA a: 510003 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Alen by These Presents, That SURETEC INSURANCE COMPANY (the "Company'), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris Comity, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney(s) -in -fact, with full power mid authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal ofthe Company and ditty attested by its Secretary, hereby ratifying and confintling all that the said Attorney(s) -in -Pact may do in the premises. Said appointment shall continue in force until 10/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Rasolved that the Presidem, any Vice•President, any Assistant Vice - President, any Secretary or any Assistant Secretary shall be and is hereby Bested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -fact to represent and act for and on behalf of the Company subject to the following provisions: trlornev-in -Fact may tie given Hill power and authority for and in the name of and of behalf of ilia Company, to exceuw, acknowledge and deliver, any and nil bonds, recognirances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Pact shall he binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney m ceriifioate hearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any hand or undertaking to which it is attached. (Adopted at a meefing field on 20' of April, 1979.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.U. 2005. ° °•n "JRFTEC I URANCE COMPANY SUHnNr.F'+< s, y *N1, By: w i al 8..1. Ki g, reside t Stale orTexas ss: 7 /,__l Courtly of Harris a" "•- ........' 1.9 On this 20th day of Juno, A.D. 2005 before me personally came B..1. King, to me known, who, being by me duty sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURL'l'EC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. WNW Denny " Notary PtO •�'+ Date ot�xM as ' ,MWQ.�,f4�fi%P�d'L- YWjt —, cr, MYCommtsdonEvires Michelle Denny, Notary P` tic August 27, 2008 My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in fill force and effect; and funhennore, the resolutions of the Board of Directors, sal out in the Power of Attorney are in full force and effect. (riven tinder my hand and the seal of said Company at Houston, Texas this 10th day ar h , 2009 , A.D. . Brent Bea y, r sistant Sec tary Any instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may tali (713) 812-0800 any business day between 8:00 am and 8:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Stale of California County of Los Angeles On 3/10/09 before me, Monica Blaisdell, Notary Odle re nse oAd THID of 1 personalty appeared Philip VP a e s or egneIXe MONICA BLAISDELL Commission * 1794078 Notary Public - California Orange County Gotgorrm.=Mor26,2o12 who proved to me on the basis of satisfactory evidence to be the person(ft) whose name((*) isljo subscribed to the within instrument and acknowledged to me that he/RVAtinexeculed the same In hislW!fftauthorized capacity(IHI( and that by hWill ignatureW(on ft instrument the person(), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Flom Nm4 �� Aeo a Signature y pgplyle of Nom R K OPTIONAL Though the Wormaeon below is not required by law, B may prove valuable to persons retying on the document and couV prevent haudrdent removal and reattachment of thts form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capeclty(ies) Claimed by Signer(s) signer's Name: ❑ 'Individual ❑ Corporate Officer—Title(s): _ ❑ Partner —E] Limited Li General ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ! t!GNT l'I:Jr.19YFIiJi Or 91.'.P•E� Number of Pages: Signers Nor ❑ Individual • Corporate Officer — TIBe(s): _ • Partner — Cl Limited ❑ General ❑ Attorney in Fact • Trustee • Guardian or Conservator Q Other: Signer Is Representing: Ri•3HTTHO'39PAIN OF SI N(iH x2007 Notmal No"AWdMn -WZ0 Do SM Aw., P.O. B 2402•Cnal rINGA Ibm MAD! gpUJer CallTtlfRee160D816882i CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS;0fCELE5 On March 17, 2009 before me, ADAN HERRERA TR., NOTARY PUBLIC (Here insert name and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence lobe the person(a) whose name(,} is 4axe subscribed to the within instrument and acknowledged to me that hefsAefthey executed the same in his her - i`eir authorized capacity(ies3, and thus by his{hei:,IFhei signature(s) on the instrument the person(,}, or the entity upon behalf of which the person(S) acted, executed the instrument. I certify under PENALTY OF PERIURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. il;Imtuo, of Notary Public AO m fisAN HERRERA JR. Combn / 1707102 Notary Public • Calttornlo Los AngeW County (Notary �• D�t'e27r2D11 ADDI [TONAL OPTIONAL INFORMATION DESCRffMON OF THE An ACHED DOCLfpfEN f Irma «aesi.npli« :l ailacn.a Eo:ummq IiRe U Eeir.pro� al ani- -,oc Enr,m¢nl [ontnU¢al Number of Pages !ti Document Date, (Ammo «cal alormaaoal CAPACITY CLAIMED BY THE SIGNER Corporate Officer Vice - President ❑ Rime) Partner(s) ❑ Auomey -in -Fact ❑ Trustee(s) ❑ OUIer INSMUCFIONS FOR COMPLETING THIS FORM Arty acknowledgment completed in California must contain aerblage exactly as appears avaxz in w noway sierron era sepamm aoswwreagmenr form must ca pmpeny mmprerea ana acwcrea w we aorumenr. i ne onry exrepwn ns y a aommenr is m at naunaa means of ",,)ornw. to soon rnsranoes, any urwrwnve aeasomeagmem verinage it may ve ptimea on sucn a aamitu r so tang as w r>ervwge aces ner require rce unary in so somermng war is mega for a wary in utyamm (i.e. ceror ong w autramea capacity of me signu). Feria coca tae aocument carefunyporproper wwmn atoning ana action mis farm y rejurrea. • State and County vdomietion must be the State arW Comfy where the docmnent sigteus) personally appeared before 1M notary public for ac4nowledgnerd. • Date of ratnnzatim must be the data that the si trut(a) personally appeared which must also be the same data the ecle ledinent is completed. • The notary public must paint his ocher name as it appear within his o her ccmmruronfollowed by a comma taut thenym,r title (notary public). • Print the name(,) of donment signs(,) who panorully appear at the time of notarization • fridicksft cored tangular m plural forma by amsing off mconsciL forest (L. He /she /they, al.) or arch the corect fours. Failure to conectly indicate this information may lead to rejection of the donmrent recording. • The.atary oast unpreuionmust be deer erW photogaphically reproducible. Impressimmust rat,oibe tent aortas. ❑,ael Impse,a cii smudges, resell tl e sufficient ere notan ,ablicaecomplete adiHerodns noin.e mew tom. • Signmuce of the rotary public moat touch the sigrazure on (tlewith the a(fired the county clerk • Addifianal informetlon is net nattiest] bul could help to ensure this aduaWedgmeal is net misusad or atbchad to e different dowment. • I ruloete title or type of attached document, number of gages and data. • Indbet• gw cagadty daimed by the signer. if the deimeC stI a. c apomm dficar, indicate the are p.e. CEO. CFO. secretary) • 5maely attach this dowmernno the silted document. Best's Rating Center - Company Information for SureTec Insurance Company Center I Industry Research I I Ratings Definitions ki Search Bests Ratings) Press Releases Relal :d Pl oduds Irld.'try ? Reg -oriel Cournry Risn Structured France How to Get Rftted Contact an Analyst upw Ratings- Financial Strength Issuer Credit Securities Advanced Search SureTec Insurance Company Page 1 of 2 OPm wet) Carriers aelT Ale awlt l}gti l4sC.: 10916 FEIN} 1605691.6 w Op ^a^. ea wwnan a onmo -6a1 me. Ar Address: 952 Echo lane. Suite 450 Phone: n3- 912 -0800 o�y9�re oaellnw�o oo-er,o�e,.: Houston. TX 77024 Fax: 113 812 0406 Web: wwe.suretec.com Best's Ratings Financial Simnger Ratings View Definitions Issuer Cmdat Ratings View Definitions Rating A- (Excellent) Long-term: a. Financial See Category. VII ($50 Milian to $100 Million) Cusack: Stable OuOOOk: Stable Aclion. Assigned Action Affirmed Date: January 09, 2008 Effective Date: January 09, 2008 * Denotes Under Review Ratings. See rating definitions. Reports and News visit our Never Room for the latest news and press releases for this company and its A M Best Group. AMB Credit Report- Insurance Professional (Unabridged) (formerly known as Beat's Company Report) - includes Best's Fim '>*4 rationale along with comprehensive analytical commentary detailed business overview and key financial data. f Report Revision Date:O7l1BI2008 (represents the latest significant change). Historical Reports are available in AMB Credit Report. Insurance Professional (Unabridgedl Archive. Best's Executive Summary Reports (Financial Overview) available in Inree vers ons, these preseNalion style reports feature balance s A^/'I key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2009 Best's Statement Poe - RC, US Contains data compiled as of 31182009 (As Received) a Single Company five years of financal data spee4cauy on [tile company a Comparison - side -by -s ie financial anaysis of Ims company with a peer group of up to five other companies you select I Composite - evaluate this company's f raneals against a peer group composite Report displays bat" the average and total cpmpos4e- group. AMB Credit Report - Business Professional - provides three years of 9ey finaneal data presented wito colodat charts and tables. Edon rt _ latest Best's Ratings. Rating Raterale antl an excerpt from our Business Review commentary Data Status: Contains data compiled as of d'18I2009 (As Received). Bast's Key Rating Guide Presentation Report nciudes Best s Financial Strength Rating and unrest data as provided in Best's Key Re Data Status: 2007 Financial Data (Quality Cross Checked) Financial and Analytical Products Best's PrcpertylCaspalty Center - Premium Data & Reports Best's Key Rating Guide - PIC. US & Canada Best's Statement Fie - PIC, US Best's Statement File Global Best's Insurance Reports - PIC. US & Canada Best's State Lne - PIC, US Best's Insurance Expense Exhibit gEE) - PIC. US Best's Schedule F (Reinsurance) -PIC. US Best's Schedule D (Municipal Bonds) - US Best's Schedule D (Common Stocks) - US Best's Schedule D (Preferred Stocks) - US Best's Schedule P (Loss Reserves) - PIC, US Best's Schedule D - Hybrid - P/C $, LM, US Best's Schedule D (Corporate Bonds) - US Customer Service I Product Support I Member Carder I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing CoNrims 002009 A M Best Company. Inc. All rghis resener. htt p: / /www3. am best. co m /rati n g s /Fu I I Profile. asp? B I =0 &A M B N um= 1222 7 &AItS rc... 03/19/2009 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 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: RI)rilOtU QfxritleRl �tING Address: t�� 1 q CAM wpf ' cM(9DIAL� � i'y YY16 H?wta9At I tit aj -706 Phone: Wb -NY t[lt7g3 State License Number: -73-6-349 Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: L' .�F f r, -Tn l Viet PP i Bidder Authorized Signa Itle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. 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 Project Description Q (.� 14 Approximate Construction Dates: From T Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. M No. 2 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. C. - E,� Bidder Authorized-Signature/Title 12 TF Project Listing b c .. on -as o»tact . 4500 Los Angeles Santa Monica Blvd. $6,287,000 1 Jul '07 Bob Pace, Excel Paving 562 5995841 Brief Description: KIM this project CTBF was part of the largest street project that the City of Los Angeles has ever put to bid. Our work consisted of Multiple Different Pole Styles, Multiple Move -ins for the temporary traffic signals and street lighting . ' � h c m on t4935 Huntin ton Park I Huntington Park STM 1 $5,665,700 1 April '08 Tom Simmons 562 216 -2160 Brief Description: Replacing all of the street lighting in the City of Huntington Park, including instaNfng 115,000 feet of conduit - all this work will be done in less than ! year. Job B' 77de' ::':.:: ontra Com edonDate : Contact ontactPhoneS 4996 - LA Cou As Needed Traffic Signals $1,291,238 June '08 Bob Williams I 462LLO7 -7599 Brief Description: Upgraded and installed new intersections as needed in the county of Los Angeles. o . on Completion Datal Contact Data. 5029 Los Angeles Valley Grade Separation $2.525,000 Currently Active Mae Delaney 949 470-0600 Brief Descriplion: This job consists of traffic signal modifications and street lighting with mukiple move -ins. c _ contact Phon 5019 Los An les il, L.A. Live Pro ct 1 $1,700,000 1 Currently Active Bill Grauten 562 929 -1126 Brief Description: Upgrade existing traffic signal system, install street lighting, traffic signal interconnect, CCTV, and fiber optic work >.:. :',: ;: :. >:, x Con onr eti Contact Phones 5170 Los Angeles West LA. Unit II Conversion $2,740,000 Currendy Active Robert Tom 213 847 -1811 Brief Description: Conversion of street lighting system in west Los Angeles from series circuit to mufhple circuit, including installation of over 60, 000 feet of conduit. _ , 5201 Torrance Rolling Hills Way $530,000 CurrenUy Active Craig BilezeNan 310 618 -3054 Brief Description: CT &F was the General on this project while installing a new traffic signal ourselves we subcontracted the installation of a new landscaped median island area. J contact Contact Phonef 5207 Santa Monica Street 3 Park Lighting $921,500 Currently Active Anthony Antrich 310 458 -8721 Brief Description: Replace street and park lighting at various locations In Santa Monica CT &F, Inc. Kev Manaeentent Personnel Ruby Galland - President/Accounting Manager/Treasurer Ruby started work in this industry in 1952 as the Full Charge Bookkeeper for Galland Electric -- the company eventually became CT &F Inc. in 1959 - -- and she has served as Office Manager and in similar capacities since the company's inception. Her various responsibilities have included payroll, accounts receivable, accounts payable, job costing, banking, monthly union fringe reports, quarterly tax returns, interfacing with insurance carriers and preparing year end W -2 statements. She has continued to manage Bookkeeping for the company, and is involved with financial statements, bonding, banking and insurance. Her tenure is unmatched by anyone in the industry. Todd Simmons — General Manager Todd began his career in 1991 under the tutoring of Tom Galland and Kent Simmons as a junior estimator at CT &F Inc.. In 1998, after making a name for himself in the industry, Todd accepted an offer to become the Chief Estimator as well as a Project Manager for a new division of KDC, Inc. (currently known as Dynalectric Los Angeles). After a being a major part of the success of KDC, Todd won various honors and accolades for his accomplishments. However, when Ruby Galland obtained full ownership of CT &F Inc., he felt compelled to come back to his "home." In 2001, Todd came back to CT &F Inc. as Estimating Manager/Vice President and brought his knowledge and experience from KDC with him. Todd initiated many changes were made throughout the Estimating Department as well as throughout the whole company. In 2007, Todd was given the reigns to the General Manager position, and has shown his innovative and progressive thinking to maintain CT &F as the top company of the industry. Kent Simmons — General Manager - Ex Officio Kent began his career in this industry in 1971 as an estimator at CT &F., Inc. becoming chief estimator by 1973, and eventually the Vice President — Sales of Superior Signal Service; a maintenance subsidiary of CT &F., Inc. that he had a part in creating. He then established a Traffic and Lighting Division at Electrend Inc. in 1977. Returning to CT &F Inc. in 1981 as a Union electrician, he spent some time running projects in the field before returning to Superior Signal Service as General Manager in 1985. In the space of 18 months, the company grew from an annual sales figure of $800,000 to $3.5 million, maintaining traffic signals for 37 agencies. Kent then returned to the parent company in 1989 and eventually became Vice President Operations Manager. He was elected by the Board of Directors to succeed Tom Galland and President /General Manager in 1994 due primarily to Mr. Galland's personal recommendation. After disagreements with the newly installed Chairman of the Board of Directors, he resigned all positions and assumed the management of the Estimating Department. Completed as many as 30 estimates per week, CT &F Inc. became the dominant traffic signal contractor in Los Angeles with $26 million in annual sales. In 1997 he was hired to build a highly successful traffic division for KDC Inc. (currently known as Dynalectric Los Angeles). Kent also had tenures at Crosstown Electric and Data as well as Moore Electric before he was asked to return to CT &F Inc. to once again serve as General Manager in 2001. In 2007, Kent stepped aside as General Manager and became an exclusive consultant to CT &F Management. Mark Garcia — Estimating Manager Mark has been with CT &F Inc. since 2000, and has catapulted his career through smarts, hard work and determination. Under the tutelage of Todd Simmons and John Bejar, he excelled quickly. Touted as a "rising star in the industry" he has moved through the ranks as a junior estimator then senior estimator, and in 2007, became the Estimating Manager at CT &F. He has bid on numerous profitable, award winning projects throughout the years, and has shown knowledge of a seasoned veteran -- even though only being in the industry since 2000. As Estimating Manager, Mark has shown the ability to train, develop, and lead his team to a very bright and successful future. Ron Harbor — Field Operations Manager Ron began his career as a Technician for Steiny and Company in 1968. He worked for Electrend Inc. as a General Foreman in 1977 and eventually became Manager in 198 L He came to CT &F in 1983 as a Foreman and by 1984 was a Superintendent. In 1987, he partnered with a fellow employee, Robert Cooper, and started a highly successful Harbor & Cooper Electric. After splitting with Mr. Cooper in 1994, Ron started his own company, RE Harbor & Company which he owned and managed until 1999 when he returned to Steiny & Company. In August 2001, he returned to CT &F at the request of Kent Simmons. By October 2001, he became Field Operations Manager. He is a vital part of the success of CT &F. John Bejar— Department Head of Project Management John is the son of Frank Mendez, a founder of CT &F. He has maintained his loyalty to CT &F since 1974. He started in the trade as a technician, and became a traffic signal journeyman in 1978. John's hard work got him promoted to Foreman 1982. The pinnacle of John's field career was displayed when he was a major part of CT &F's legendarily success project for LAX. During all this time, John went back to school to enhance his electrical knowledge even further by earning an inside journeyman wireman classification. In 1995, John retired from the trade and moved to Mexico. Yet, in order to take care of his father, he moved back to America in 1999 and returned to CT &F as and estimator. He excelled in that position due to his numerous years of experience. Shortly thereafter, he moved to the Project Management position, and that's were John really thrived. it has been stated many times (a few by John himself), that he has the "golden touch" — all of his projects make money. In 2007, John was promoted to the Department Head of Project Management, and his leadership, expertise and organization skills have been a valuable asset to CT &F. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 NON- COLLUSION AFFIDAVIT State of California ) ) ss. County of ) Tp dd S i Vr en 2 , being first duly sworn, deposes and says that he or she is 16-4, - YLSd 0.11 of. T .Z{'!C . 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 declare under penalty of perjury of the laws of the State of C 'fer i �h"regoing is true and correct. 1 Bidder Authorized Sign ure/Titl by the basis of and sworn to (or affirmed) before me on this day of 2009 , personally known to me or proved to me on evidence to be the person(s) who appeared before me. I certify under PENALTY PERJURY under the laws of the State of California that the foregoing paragraph is true and rrect. [SEAL] 13 Notary Public My Commission Expires: Jurat State of California County of L ep A A —c,, leA Subscribed and swom tolor'!H ) before me on this 174" day of �u rc 11 20-Q�L by odA Slmw u✓�5 proved to me on the basis of satisfactory evidence to be the personj4 who appeared before me. Signature ' (Nooryfeil) ARAN HERRERA JR. commission • 1767162 Notory Public - cOBlewrAG Los Angswe county Qac27 2611 OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM ANY Jrw c'a•Wkwd r Cd+fawn awr eawdw wnbo r dr awhaorr dr wormy pWw Athopenamidlly but. do dOtremw apwrr (4&w) w AN de dnNy w murfarrrtyp wme a At nervy wwk OKYp"bk 1d00160000e0 w wombaw wld, Cat, fonuo soutp fow. AN)'inew awpIW a Gl+*- DESCRIPTION OF THE ATTACHED DOCUMENT ,.kd+dav of w+d a aari+�wheth doe w1k* �K �� Jawar ++a°i J Janes 1waP•r `ad'Z lhere ere a mxRa u a d" lo. far AV P•r Plfi'wed a Cahiaa¢ In milder, dr wary Mw -fort o. oak w afpr om- fioa of dxsarr Aide a dernpuon olattacled Oononentl ,*W regff&4a dw "wwnw= of the mreri of Mr draanc no almener oao he xhnedAFTER dr auk at of rnewwa{/+hr daswr wm PwAow+li zwed d arww br+r -sipad iafiav of+M oasypww d-,W dw (title w deenptwi ofsumed doommt mamuev pwadp'OCfL Number of Pages 2 Doeumaa Dale �_ • State and Cowen' mfammum man to tee Sae and CW W wkw tee docwne t dper(s) wnwatlly appeared (eroee the rotary pwNe. . Dee of mamtein tem be do doe da the ui;aegs) penally �pwd which nam Na be the nme date doe juM proses is mmgaad (AddmorW iefomww) . Print the rmne(s) of doormat sipm sw ts) who poally appear it the lice or mtartatieo. . S*Mtw a of the nervy public must eeeeh um sipmwe m file with the emce cards camty ekdL . The wavy sal uMm m mm be elan ad pleapapNealh spodudW Impmaion new not coves wo or line U rd ww mwoe wu%ck tasd da su wma ra prsmkkm rww ranpku a&ffermJra turns • Additiemd idomrtim is not to pined bat cvWd help o ensue the juret is not miotd wrrekdto • aftemn dowmr. • India= tidewrypcgrattachddoesnMw AnhsorpmWwWdse. • Seodely at+adnlhis douatbtame siptddoamad 2008 Version CAPA vl.9.07 800- 873 -9865 www.NotaryClassm com CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 DESIGNATION OF SURETIES Bidders name C. T. 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): C. e D. 300dillo 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2-- JAMBOREE ROAD CONTRACT NO. 3976 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name l.. r f F , ZhC. 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. 15 Current Record Record Record Record Record Yearof for for for for for Record 2008 2007 2006 2005 2004 Total 2009 No. of contracts n44- 9 10a, 120 13Z / ©d/ 0& Total dollar Amount of Contracts (in Thousands of $ ) h a 12 1 Y 3 21 0., 1(m % 12, q S' 9.735- S 0 5 No. of fatalities qA No. of lost Workday Cases crj_ �© l (� No. of lost workday cases involving permanent transfer to /j� � � / I�l. Q another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder C. /, e F, 11'y _ T Business Address: 77-Z$ Secd:t Ale if Lffr iS c11 Business Tel. No.: State Contractor's License No. and Classification: $ Z r 7 Z C' D fication: J 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 If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 16 CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANCELES On Marc li 17, 2009 personally appeared before me, ADAN HERRERA [R., NOTARY PUBLIC (Flare insert name and title of the officer) TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person(„} whose names} is fare subscribed to the within instrument md acknowledged to me that hefshi executed the same in his,' it authorized capacity(ies), and that by signatures) on the instrument the person(r4, or the entity upon behalf of which the person(4 ticted, executed the instrument. I certify under PENH I.TY OF PERJURY under the laws of the Stale of California that the foregoing paragraph is true and correct. WITNE55 my halal and official seal. 6-c� �x� t it;ml lu le of Now iy 12 u Pis DESCRIMON OF THE ADA1/ HERRERA JR. Commission s 1767162 Notary Public - Calitolmta Los Angeles County (No Cam! Oec27.2A11 ADD[ [TONAL OPTIONAL INFORMATION (Tide a i0actit n off ettadhed daureanp pre e1 derrrocan of atdmed aoamcm mnuwedI Number of Pages_ =K ocument Date CAPACUYCLAMIED fn THI.SIGNER Corporate Office, Vice - Presiciert ❑ U da) Partner(s) ❑ AttomPy -m F.,r I ❑ Trustee(s) ❑ Olf1Pr _. __7i _. INSCRUCCIONS FOR COMPLEnNC THIS FORM Any acknamledgmenr mmpleled in California rtes( contain verbiage exactly as appears aoove in rce nary seenon era separaa arxnwre¢gmenr form mute ve preperty mmpie¢a ana aracnea to rnar aecumenr. i nc only "cepoon rs yo aawmenr a a m remraen outteae er "aroma. to auto rnsanaa, any alurrnanve arartneieagerent verbage as may oe pninea on such a aoatmenr seeing as rn vemage aces nor require ree nary to an eomewng oar is uragaifara raary In t a yamm (sx. oerhJyng out aummea mpaafy of rte elgifr), Pease cneae me aovtmeur rareftuty forproper remora fecraing and notice tens farm y requves. • State and County iNomution must be the State aM County where the doawrmn signur(s) personally eppoared before the notmy public for acbrowtedMm • Date of mtari.tion must be the daze that the aignerb)piroonslly appeared which must also be the same Bete the eclmawkdga ant m completed. • The rotary public must print his or her rare as it appaus widdn his m he commission iollowed by a comma and acct poor title (notary public). • Print the nari of document signers) who peraormhy appear at the time of atectotion. • IMrcate the correct sirgular or plural forma by crusting off i rurrtrt tonne (Le. He /she /they, a /are) or cbchng the rued form. Failure to correctly indicate I" idannation may lead to rejection of the dourer recording. • The notary seal bnprne" must be clear and photegraphically repruducible, hnpression must not cover text m Imes. a meal inpreI.W. smudge,, re, a auff.knu are permits, otherwise cmnpine a different eckwsvledgmme loan • Srgrunve of the notary public mrut march the sWeuae on file sviN the effire of the rmmty clerk • Addif cal Jr! .on. ficin is net a teed bul could he, W ioutre Pita ackmwladgmem Is not uitusad or Whiebed W t different document. • Indicate title orlypSofattached document. numberof peges and date • Indicate line capacity deleted by the signer. If the deleted capadtyBa corporate officer. Indicate the bga (a CEO, CFO, secretary). • Securely anerh thu document to the tign� document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 ACKNOWLEDGEMENT OF ADDENDA Bidders name C. 1- � 6"• I �ijC . The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 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: -C Name of individual Contractor, Company or Corporation: C • % r . , �r� Business Address: 722 $ 5ea t A m 13t N Gad tI4 5 CA vol Telephone and Fax Number: M�) 227- Mq C60,) 227- q171 California State Contractor's License No. and Class: J 9 Z 5772 (REQUIRED AT TIME OF A�WQRD) / Original Date Issued: Z q' f Expiration Date: '7 -3Q- ui 10 List the name and title /position of the person;4who inspected for your firm the site of the work proposed in these contract documents: 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 Corporation organized under the laws of the State of Ca l f f Ern iQ 18 -Mq 7 -zoo �17 M3 :7 -233 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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 contact terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No Are any claims or actions unresolved or outstanding? Yes / No 19 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. `add Summon 5 (Print name of Owner or President of Cor or fvWCompany) C , T. I F. , Ine.. Viet- me ,5 dol Bidder Authorize nature itle Vie¢ Pro den fi Title 311&161 Date On Acarch 17, 94 0; before me, _ Adla^ l{cCrcr� Dr- Notary Public, personally appeared JL)OA , who proved to me on the basis of satisfactory evidence to be the personX whose name is/ subscribed to the within instrument and acknowledged to me that he/ 09W executed the same in hisO /t40 authorized capacity4A, and that by his/4/t� signatureXon the instrument the personjo, or the entity upon behalf of which the personA 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. ARAN NERRERA JR. WITNESS my hand and official seal. commu,wn ♦ tanwrni otary pyplle • ea0rornta we, � Cw17 -2M1 (SEAL) otary Public in and fo said State My Commission Expires: 14-1Q-7111 20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 CONTRACT THIS AGREEMENT, entered into this _ "day of Am, 2009, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and C.T. & F., Inc., 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 MODIFICATION PHASE 2 - JAMBOREE ROAD The work necessary for the completion of this contract consists of traffic signal modifications, installation of CCTV equipment, installation /modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T- 5996 -S and as listed in the Summary of Work (Section 1) of the Special Provisions Supplemental. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3976, 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. 22 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Hundred Twenty Thousand, Two Hundred Ninety-Nine and 47/100 Dollars ($520,299.47). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Brad Sommers (949)644-3326 C.T. & F., Inc. 7228 Scout Avenue Bell Gardens, CA 90201 (562) 927 -2339 (562) 927 -2337 Fax INSURANCE Without limiting Contractor's indemnification of City, and rig or to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 23 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. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 3. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 4. Coverage Requirements. a. Workers' Compensation Coveraoe. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California. Section 3700 for all of the subcontractor's employees Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coveraae. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 5. 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 24 volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its elected or appointed 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 elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. 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. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) 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. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. 25 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. 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. 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. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. 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 G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 26 H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. ATTEST: APPROVED AS TO FORM: CITY 9F NEWPOR BEACH A M cipal Co, pora ioni v� Mayor CONTRACTOR By: ynet .eau ham (Corporate Officer) Assistant City Att= y Title:'] Print Name: i�✓I.uvS By: tom/ �z•�� (F' a cial Officer) Title: `�� SlDfr u/ Print Name.- Please ame: Please note: Corporations must complete and sign both places above even if each office is held by the same individual i CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ARAN HERRERA JR., NOTARY PUBLIC (Here insert name and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is {are subscribed to the within instrument and acknowledged to me that he/-s� executed the same in hisfhei fth authorized capacity(ies), and that by r bfa t.. p/Olea signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public ADAM HERRERA JR. 40 Commlwlon * 1767162 IL Notary Public • California LOS AngNOs County (No 11 027 2D11 ADDITIONAL OPTIONAL INFORMATION (ire irnssmptlon a nXxhetl douninlU Inn. w aeroisnm a seamen aimmni mmmu W l Number of Pages r==-Unc mart Date_, ❑ Corporate Officer INSTRUCTIONS FOR COMPLETING THIS FORM Anyadnmruledguent completed in CnGfonria must cm Rain verbiage exactly appears scope in me, weary section or separare aawmmagmmr/mm must ve progeny compma ana atascaea m mar aocuimm. t w omyezcep wn is i/a commmr is m ve necoraea ouraerr pr aajomucm sum mismas, anyaremmrx anaion+magmem verbiage ai may or pnn¢a an sure a acumrnt so mug as ear vermage pars nor require par nmary at coo saturating mar is amplDora warty in t -ayornm fix. cortippng use autnangra oW= f use sigma/. Fmsr rnai: taco wmmrnr imeNuyior proper wear al urocmngare armm tmsprm if requiem. • S tate and County information must be the State and County whew the document srgwr(s) personally appeared before the not ry public for acknowledgment • Dace of wtartration most be the dace that the signeris) personally appeared which must also be the same dare the acknowledgment is completed. • The notary public must print he or her rmme on it appears within he in her covemselon followed by a comae and then your title (notary Public). • Print the name(s) of document signals) who personally appear at the time of nuns union. • Indicare the couser singular or plural forme by crossitig off incorrect forms (Le. He /she /they, is /are) or circling the correct forma Failure m mrreenty Indicate this information may lead to rejection of the document iecnMmg. • The notary rem impression must be clear and photographically reprodumble. Impression must net cover text or btu. If seal impression smudges, reseal if sufficient are pemdts, otherunse complete a different aclawwledju sent form • Signature of the notary, public most match the stgruture on file widt the office of thecouiityclerk. ♦ AUdtlpnal Information Is not required but mild two for ensure cola tldow�Nedgttont le wl misused watiarhe] to a diltiremdaannent ♦ hidicale tine orlypa Neiman bd signor nutMermpegeasM rile. corpo16lhampefiljtlto Ustbytit•sig EO a the tlffiniany). yca caparab officer, kldkare tin title (I.e. CEO. CFO, Seommry). • Smu lyat htt sdacume wthesigmddocurrvt. Vice - President ❑ rep) Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Anyadnmruledguent completed in CnGfonria must cm Rain verbiage exactly appears scope in me, weary section or separare aawmmagmmr/mm must ve progeny compma ana atascaea m mar aocuimm. t w omyezcep wn is i/a commmr is m ve necoraea ouraerr pr aajomucm sum mismas, anyaremmrx anaion+magmem verbiage ai may or pnn¢a an sure a acumrnt so mug as ear vermage pars nor require par nmary at coo saturating mar is amplDora warty in t -ayornm fix. cortippng use autnangra oW= f use sigma/. Fmsr rnai: taco wmmrnr imeNuyior proper wear al urocmngare armm tmsprm if requiem. • S tate and County information must be the State and County whew the document srgwr(s) personally appeared before the not ry public for acknowledgment • Dace of wtartration most be the dace that the signeris) personally appeared which must also be the same dare the acknowledgment is completed. • The notary public must print he or her rmme on it appears within he in her covemselon followed by a comae and then your title (notary Public). • Print the name(s) of document signals) who personally appear at the time of nuns union. • Indicare the couser singular or plural forme by crossitig off incorrect forms (Le. He /she /they, is /are) or circling the correct forma Failure m mrreenty Indicate this information may lead to rejection of the document iecnMmg. • The notary rem impression must be clear and photographically reprodumble. Impression must net cover text or btu. If seal impression smudges, reseal if sufficient are pemdts, otherunse complete a different aclawwledju sent form • Signature of the notary, public most match the stgruture on file widt the office of thecouiityclerk. ♦ AUdtlpnal Information Is not required but mild two for ensure cola tldow�Nedgttont le wl misused watiarhe] to a diltiremdaannent ♦ hidicale tine orlypa Neiman bd signor nutMermpegeasM rile. corpo16lhampefiljtlto Ustbytit•sig EO a the tlffiniany). yca caparab officer, kldkare tin title (I.e. CEO. CFO, Seommry). • Smu lyat htt sdacume wthesigmddocurrvt. CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ADAN H TdZERA JR., NOTARY PUBLIC (Here imomit tame, and title of the officer) personally appeared RUBY GALLAND who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) is /ere subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WTINESS my hand and official seal. Signature of Notary Public AOAN lon # 17 71 J Commlulan M 1787182 Notary Public • California Los Angeles County m«my, At 11111111"Corrm Oec27 2011 ADDITIONAL OPTIONAL INFORMATION a•_.ttw Ilea w dnmmhun a mnrau Ommment mxa+wal Number of Paged =Ddoum nt Dates" ❑ Corporate Officer "a'sl ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUMONS FOR COMFLEMC THIS FORM Any i duu mkdgwnt mmpkad in Cafifmnis must males verbiage exactly a appears norm, in me rmmry Baron ma sepum¢ aapromxngmenrJarm musr m Pmpmy mmpaaa anaarmaxa m rum aaarnxnr. Jim onry erapson m ya aocumenr m ro a rtcoraea ouwae q t.aupnua. rn sort uamnary anyauerrmaa ammmceagmmr permage as may a pnnaa an Burn u aacunxm sa congas tna aramgeasas r orrwpme ax rromryroao Wooly 51 aureyuyra rmmwin t.aapnam purr arhryrng opi aunmmu mpmry of aceunt ml. rax cmu ma aaunxne mrtJrruy/orproprr rmrorta morning am ammo nnsiarm y raturrea. • Stareand Counrymfurmatmn must be the Sete and County where the docrmxm timeris) personally appeamd before Np notwo public for admowkdarame • Cato of tatanration most be the dam that the ngan(sl mrsonally.ppeamd whxh mmt rho h tlesarre dme etearkrewtedament mmmpknd. • Tmnotarypubiwm tprimhhwtwr mhappa widuntdsorhm commistiat followed by a conure and then your title inoary pallid. • Frint the mne(s)ufdwument uVw(sl who personally appear m thetime of wnrirauon. • Indicate the carrecl singular or plum form by omuoot off uxorial faints 0e Hoshe /they, is /are) or nmlina tlnmrrect tone. Friona mwnectlY rMi<nte tier infam•uun may lnd m r jection of me document tamrdma. • The rotary Sal unpeamn moat ee<kn end phwagraPnkullY repmducttae wffici roamust Moth ratalints.arealrmpreaonomudg resealifa suffkrent of penom pubs uewmp thdasiw mmfiiedltrmnt aft • Sipooumir tM rotary pudk mustrakA rte aanamrewHk with tlxa(fia of themumy Aenk is Ackitlan•I lydarmalbn is nut r•puir•d ltd mold help ro mauve Old atlmpMadgrvM is not mausW aataaed to a diedam document • Indeatn No or We of allaGNd doPNraK number Of pages and data. • In•mte ae capacity owed by the sigrw. a re dawned e•P•oy, 13 corporate slater, Indiaa, ate We (t•. CFA. CFO. secretary). • xctmdY reef Nedacumentto the tinned dacumenl. RESOLUTION OF THE BOARD OF DIRECTORS OF C. T. & F., INC. WHEREAS, The undersigned being all of the Directors of the above name Corporation, hereby individually and collectively consent to the following: RESOLVED, that any one or more of the following officers of this Corporation is hereby authorized to sign bid and construction documents in the name of and on behalf of this Corporation. Such power Is general: Ruby Galland President Kent M. Simmons Vice President Pat Higgins Vice President Judy Simmons Secretary Todd Simmons Asst. Secretary The undersigned, being all of the directors (or majority) of this Corporation, hereby adopt and consent to the foregoing resolution. Dated: October 19, 2006 Cliractor ector I hereby certify that this is a true copy of the original document. J y Sirp ons, Secretary ISSUED IN THREE (3) ORIGINAL COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 BOND NO. 4371530 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to C.T. & F., Inc., hereinafter designated as the "Principal," a contract for construction of TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD, Contract No. 3976 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 [lie City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3976 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon. for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, SURETEC INSURANCE COMPANY duly authorized to transact business under the laws of the State of California. as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty Thousand, Two Hundred Ninety -Nine and 471100 Dollars ($520,299.47) lawful money of the United Slates of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the 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. iM The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 31 B1 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 executed by the above named Principal and Surety, on the 25TH day of MARCH , 2009. C.T. & F., Inc. (Principal) SURETEC INSURANCE COMPANY Name of Surety 3033 5TH AVE. SUITE Address of Surely 626- 859 -1000 Telephone SAN DIEGO, CA 92103 Authorized Authorized Agent Print Name and Title v -Q NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 port n: 510003 SureTec Insurance Company LIMITED POWER OF ATTORNEY Snow A11 Alen by These Presents, That Sl1RLTEC INSURANCE COMPANY '(the "Company "), a corporation duty organized and existing under the laws of the State of Texas, and having its principal office in Idouston, I lan-is County, Texas, does by these presents muke, constitute and appoint Philip E. Vega, Frank Morones of Covina. CA its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and in bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed witlt the corporate seal of the Company and duty attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment shall continue in force until 10/31/09 and is made under anti by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Sri it Resolved, that the President, any Vice - president, any Assistant Vice - President, any Secretary or any Assistant Secretary shall bound is hereby vested with full power and authority to appoint any one or more suitable persons us Mtorney(x) -in -Fact to represent and act fir and on behalfofthe Company subject to the following provisions: Anornev -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all hands, recogni7ances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability therennder, and any such instruments so executed by any such Attorney -in -Pact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal ofthe Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate hearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adnpred at o meeting held rnr 20" ofdpril. 1999.) In Witness 141jereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be herein affixed th is 20th day of June, A.D. 2005. S>}stnrv��, r9RR.TEC i tS'URANCE COMPANY u r .......Q to By: z�w r a3 B.d. Ki g, reside tt State of "texas ss: �`h�,.. ....� %., County of l larris ..9 On this 201h day of tune, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duty sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument: that he knows file seal of said Company; that the seal affixed to .said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny a"Wrib Notary Public * State of Texas }in if l/1 P {t Q. t 3C t Li V✓� My Commission Exphee Michelle Denny, Notary Piffilic August 21, 2008 My commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURFTEC INSURANCE COMPANY, do hereby cenif}- that the above and foregoing is a Ime and correct copy of a Power of Attorney, executed by said Company, which is still in full force and of ect; and furthermore, the resolutions of the Board of Directors, set out in the Prover of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 25TH day MARL , 2009 , A.D. M. Brent Beafty, Alsistan-It Sec Lary Any instrument issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812 -0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California 1 county of Los Angeles }} On 3/25/09 before me, Monica Blaisdell, Notary wle Hm Insed sme u , personally appeared Philip Vega Nam d Sgnage MONICA BLAISDELL CammISSIon # 1794078 -i Notary Public - California Orange County Conm.B iesMor26,2072 who proved to me on the basis of satisfactory evidence to be the person(* whose name(*) is4W subscribed to the within instrument and acknowledged to me that he qyV# ftexecuted the same in hiss djb*authorized capacity(Ela X and that by h1&W0&%V)5oignatum*on the instrument the person(), or the entity upon behalf of which the person(a) 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 myy( hand �and po�f vial sje�a�l.� /(� �1 Roca Nday Seal Above Signature —' ` `r� rte/ c Nma.Y wort w OpnONAL Though the MNOmnation below to not required by law, il may prow valuable to persons retying on the document and could prevent ftudulent removal and reaaa0wwot of tba9 kxrm to anviher document. Description of Attached Document Title or Type of Document Document Date: Signer(a) Other Than Named Above: Capacity(les) Claimed by Signet(s) Signer's Name: ❑'Individual C Corporate Officer —Title(s): ❑ Partner — ❑Limited 13 General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: -7 f T;ailnFr�INT ci r slcn�n Number of Pages: Signer's Name: • Individual • Corporate Officer — Tftle(s): • Partner — 0 Limited U General rmronvwimcrm ❑ Attorney in Fad ❑ Trustee Top of thumb here ❑ Guardian or Conservator O Other. Signer Is Representing: ®2007 N9onal Notary Appnaplon, E150 De SdoA .., P..O..S TAB- aub».oft.CA bm N59P! Reaarv: Gap TtlFFee1A06Hl6WZl CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ADAN HERRERA TR., NOTARY PUBLIC (Here inset name and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is {are subscribed to the within instrument and acknowledged to me that he/st� executed the same in hisfheF Eheie authorized capacity(ies), and that by his fherr{EheiF signature(s) on the instrument the person(s), 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 seat. 14% No Public ADDITIONAL OPTIONAL INFORMATION Signature of N ADAX NERRERA JR. Commlulon • 1767182 Notary PuWIC - Calltamla Iw Mp.IM Coutny (Ndtmy ,�iot� Inns w deruipnnn a attwned ddmesm �dm W Number of Payen�?�DUnument Date--.Z.— ri ❑ Corporate Officer Vice - President ❑ nns) PaMer(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Anyaeksowledgment completed in California must contain verbiage exactly as appears noose m me worry awrtron or wpamm amowsagai nrpmt mum ve proper ny compawa ana air mea w mar iscoment. i ne only exception is ya aoaemmmrs w oe mcamea oassae or atyorma. in suers mousums, arty mrtmmwe aanowwagnerm vennage as may an pnnma on siren a aornmenr so congas au prmmge aces nor require are rwrary, w on answering nor is owgm Jay a rmmy m tm)onm (i.e. mrnfysng tyre aurnanina apactry of me sagnix). emu =a Ire aoarmenr om/uuypr proper sooner, morning ant moat nun pro rf requirea. • State and Coumy irdormabon most be the State and County where the daoment snomr(s) personally appeared before the notary pubtle for acknowlMQnwnt. • Date of notariretion most be the dale that theaignar(s) persmwlly appeared which must also be the same data the arknuwle bons nt u completed. • The notary public most print his or her name as is appears within his or her comer. failowed by a canes mid then year tw -(-any puNk). • Print the reraets) of document sweats) who personally appear at the time of noteriestion. • batrcate to comet sue aar w phnal fawn by casson, off taermat fome(i.e. He /she /they, is /are) or circling the carrect forua. Feature w corratlY indicate this mfnnmahon MY lead w re"on of the document recording. • The notary seal impreson must be eber seat photograpbwaly repmdudhle. Mpressfen most nor cover text or fins. If seal impression smudges, re -seal if a suffimmt are permits, oilerwue complete a different aei rlowledsment fan • S,,nabam of the entity public must match the signature on fide with the office of thecouMyclerk. • Additional Infemaean Is trot requlmd but could help to ensue this adupsNed ionfil is not mieumd or atlachea to a dlRarenl d00eesMl • Mebeate Mb or type of anemm rweunant nurear m pages and cote. • Ineicom Ma aepacity defense by Me signer. N Me Claimed capacrly IS corporate officer, irM cabs Me db (.e. CEO. CFO. secretary). • Smirelvattach Mlsdacumenttothesrpeddmurrent. ISSUED IN THREE (3) ORIGINAL COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD CONTRACT NO. 3976 [cIi7�I7i•Li� FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ being at the rate of $ 15.00 7,805.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to C.T. & F., Inc., hereinafter designated as the "Principal', a contract for construction of TRAFFIC SIGNAL MODIFICATION PHASE 2 - JAMBOREE ROAD, Contract No. 3976 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. 3976 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract, NOW, THEREFORE, we, the Principal, and SURETEC INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty Thousand, Two Hundred Ninety -Nine and 471100 Dollars ($520,299.47) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 32 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder of 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 lime, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF Surety above named, on the 25TH C.T. & F., Inc. (Principal) this instrument has been duly executed by the Principal and day of MARCH , 2009. i Authorized ignalure SURETEC INSURANCE COMPANY IRA 4 Name of Surety Authori ent Signature 3033 5TH AVE, SUITE 300 SAN DIEGO, CA 92103 PHILIP V%GA, ATTO Address of Surety Print Na and Title 626 - 859 -1000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 33 Pon a: 510003 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know A11 Alert by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no /100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confinniug al I that the said Attorney(s) -in -Fact may do in the premises. Said appointment shall continue in force until 10/31109 and is made' under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice - President, any Assistant Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with Bill power and authority to appoint any one or more suitable persons as Aurrney(s) -in -Pact to represent and act For and on behalf of the Company subject to the following provisions: Attorney -in -Pact may be given full power and authority for and in the name o' and of behalr of the Company, to execute, acknowledge and deliver, any and all bonds, recognirances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Anorney -in -Pact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certiflante relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and hinding upon the Company with respect to any hmmd or undertaking to which it is attached. (Adopted at a meeting Geld an 20'" gfApril. 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto nMxed Ibis 201h day gf.lune, A.D. 2005. s�NC RETEC!DI9URANCF COMPANY ar C - w R.J. Ki g, reside t Stntc of Texas ss: a� . ra /. .---- County ofl-larris On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, (tut he resides in Houston, Texas, Chit/ he is President of SURETEC INSURANCE COMPANY, the company described in and which executed ilia above instrument: that he knows the seal of said Company; that the seal affixed to said instrument is such corporate sent; that it wits so affixed by order of ilia Board of Directors or said Company; and that he signed his name thereto by like order. Michelle Denny "t"'�'e• Notary Milo dWyi State of Texa . /yA 1 P.r, , l 1A1-- s „ew e MyCommladontwiltes Michelle Denny, Notary Pitiblic August 27, 2008 My commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretory of SURETEC INSURANCE COMPANY, do hereby certi ty, that the above and foregoing is a true and cormct copy of a Power of Attorney, exected by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board ol'Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 25TH day MARCW 2009 , A.D. M. Brent Bea , sistant See Cary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may tall (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Califomia County of Los Angeles On 3/25/09 before me, Monica Blaisdell, Notary Dale W. Inwd Nw. nd TH9 cO 9,c 00mr personally appeared Philip Vpga nnm s or egrege MONICA 8LA1SDELL Commission # 1794078 Notary Public - California ' Orange County Comm.=IAor26,2012 who proved to me on the basis of satisfactory evidence to be the person(;) whose name(*) subscribed to the within instrument and acknowledged to me that hel§l~xecuted the same in hisW authorized capacity(heXX and that by his,*aftjwignsture*on the instrument the person), or the entity upon behalf of which the person(y4 acted, executed the instrument t 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 myv L ls a " Plg Noary Seal Abo aT"M OPTIONAL Though me inrormabon below is not required by law, t may prove va)uabte to persons retying on Me documem and cow prevent kau&d" removal and reatachment of this hum to a vtherdocument. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Sfgner(s) Signer's Name: ❑ 'Individual ❑ Corporate Officer-Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: 7.i D O= SIG NEp 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Tftfe(s): • Partner — ❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: FI•: HTTHUMHFFnJT OF SIGfJGH ®20QT Na9onal Npta,y AMOdatlon•83500e ea[9 AVa.,P.0.8m[2d�•Cha18.wM,CA 9191325'.@•wurv.NetloneM1Jderyolg Ibm1459er Aagtlel:GNITOIFFroe19008/668Z/ CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On March 26, 2009 before me, ARAN HERRERA JR., NOTARY PUBLIC (Here freest nanae and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is {are subscribed to the within instrument and acknowledged to me that he{shephey executed the same in his0wfPJa& authorized capacity(ies), and that by his flier signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public ADAN HERRERA JR. Commission # 1767182 Notary Public • California Los Angeles County (Notary D�o27 2011 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Tore erassaipdei d aamaea dtunwM1) frkewaeonWmmamorea .a mnLLwed) Number W Papdr?— kicument Date� CAPACITY CLAIMED BY THE SIGNER Corporate Officer Vice - President ❑ Cosa) Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Anyaeknomledgment completed in Catifornia must mnmin verbi ageesuctf;r s appmrs avow in me worry secnon or separate aaammrmgnaem p m muss a propenycomptereaanaauameamrwraoamem. tmomyextepwnisyc aiormic rsmarerorae as may a rimenna.otam cumm,s, long as one arxrooweugweror require me worry annns onsacna e 5 jegati Tongasy pemrage was nor requue ate worry m w aomermng rwr m nttgu for a nouoy in rnnio nor (i.e. cemfyrng am mrariruea capwty of me mgmr). Tease meet me aormmem omfuny for proper nomrot morning ana armor ans)mw it regmrsa. • Site and County information must be the gone and County whom thedarument signers) Personally appeared before the notary public for acknowledpnem. • Data of wbrbntion most be the date that thelowens) personally appeared which most also be the carne date the acknowledgment is completed. • The notary public most print buor Mr name asA appears within his or her rumination followed by a coneana and than your title (notary Public). • Pnnt the na*.)of documem signer(l) who Persamlly appear at the Arne of namirimticn • Indicate the correct angular or plural foram by crossing off incorrect fomu(ia. He /she /they, is /are) or nrchrg the mmct faros. Pmlure in canerfly indicate this information may lead ro refection of the document recording. • The notary seal urryression must bedear artd phato�aphimllY repradudble. fmpressmn must nor rover not or linen. if seal impmsion smudges. reseal If a sufficient are pemum, otherwise complete a different miaimtedgment form. • Signature of the notary publk mat match the signature on file whh the office of the county clerk ♦ AEdihonal irdarmaim, is not recluFeC but could help N ensure Nis arlmaa/edgnent is not maintains or altaMad b a dyfamrd document. ♦ IMirdfe ass or type of atiatliad dorumern, number of peg" and dale. • ball the capacity maimed by lee signer. If Ne dammed rapacity is mrpomm office. indicate the title (ie. CEO, CFO. Seaefary). • Seouely attach thu darvmant m the signed dacumem. Fax #: CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 3'31/2009 Dept. /Contact Received From: Shauna.Oylcr Date Completed: _ 3/1/2009 Sent to: _ Sha_uua Oyler _ By: .leunilcr King Company /Person required to have certificate: C, 1'. K F., Inc. 1. GENERAL LIABILITY A. INSURANCE COMPANY: Old Republic Insurance Company _ B. AM BEST RATING (A: VII or greater): A � XI C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $1MMr$21VINI E. PRODUCTS AND COMPLETED OPERATIONS (Must $1.000,000 E. include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The ® Yes ❑ No F. City its officers. officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be ❑ Yes ❑ No G. included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named endeavor wording. insured is not limited solely by their negligence) Does endorsement include 'solely by negligence" wording? ❑ Yes ® 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. 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Old Republic Insurance Company B. AM BEST RATING (A: VII or greater) A+ XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? $1.000,000 E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® 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. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Old Republic Insurance Company B. AM BEST RATING (A: VII or greater): A+ XI C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? California Business Search C.7It A�orY111ia Number: C0369929 usiilne -ss I'artI Jurisdiction: California Address [Sgcc >iry of State DEBRA BOWEN Agent for Service of Process RUBY GALLAND DISCLAIMER: The information displayed here is current as of MAR 13, 2009 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation C. T. AND F. INC. Number: C0369929 Date Filed: 3/2/1959 Status: active Jurisdiction: California Address 7228 SCOUT AVE BELL GARDENS, CA 90201 Agent for Service of Process RUBY GALLAND 7228 SCOUT AVE 11BELL GARDENS, CA 90201 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. Page 1 of 1 http: / /kepler. ss.ca.gov /corpdata /ShowAll List ?QueryCorpNumber= C0369929 &pri... 03/19/2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contr... Page 1 of 2 Department of Consumer Affairs Contractors Mate Li�nse'�oard Contractor's License Detail - License* 182572 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action information. Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. -» Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 182572 Extract Date: 03/19/2009 CT AND FINC Business Information: 7228 SCOUT AVENUE BELL GARDENS, CA 90201 Business Phone Number: (562) 927 -2339 Entity: Corporation Issue Date: 04115/1959 Expire Date: 04/30/2010 License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications: C10 ELECTRICAL CONTRACTOR'S BOND This license filed Contractor's Bond number 14497767 in the amount of 812,500 with the bonding company WESTERN SURETY COMPANY. Effective Date: 01/0112007 Bonding: Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) RUBY JEANETTE GALLAND certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 03/28/2000 This license has workers compensation insurance with the OLD REPUBLIC INSURANCE COMPANY Workers' Compensation: Policy Number: AlCW50140806 Effective Date: 11/01/2008 https:// www2. cslb. ca. gov/ 0nIineServices /CheckLicense /LicenseDetai1.asp 03/19/2009 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 2 CONTRACT NO. 3976 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3976 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization 40e tix�n2rea��ao M� Dollars and Ar Cents $ Per Sum 2. 40,300 L.F. Install Fiber Optic Cable - 48 SMFO @ ortce l'- Dollars and Cents Per Linebr Foot PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 2,795 L.F. Install Fiber Optic Cable — 6 SMFO @ me, Dollars and qy� Cents $ u� $ 3i9 %• Per Line r Foot 4. 37,550 L.F. Install 12110 Microdcut @ om., kA %r' Dollars and A SeV4n Cents Per Linear Foot 5. 3,760 L.F. Install 2 -Inch HDPE Conduit @ 3;Ae00 Dollars and tttng_Av !2�x Cents $ Ib •91, $ G 3, 769.66 Per Linear Foot 6. 147 EA. Install #6 Pull Box @Ikr*A- Dollars and 4n 3a 7. � 236 31 S evk�,t Cents $ $ Per Each 7. 25 EA. Inst 11 #6E Pull Boxes, S;g @ Dollars I and 4 ," Cents $ 3Z 43t $ o 16 9 8 Per Each 8. 24 EA. Install Fiber Patch P_a�r�e�ll �x Zollars c and �� Cents $ I) U -7 6.25 Per Each 9. 23 EA. Install Fiber Optic Splice pClosure @ cue —i'► S^^� � OIIarS n rrLty we. and �v0 Cents $ 11 291 y �' $ a9, 9a! 94 Per Each ITEM QUANTITY ITEM DESCRIPTION AND PR3of6 TOTAL 10. 1 EA. Install Fiber Distributi n U it and 194nch Rack @f a� and �� Cents $ (� % $ 64 Per Eacfi 11. 2 EA. Install Aggregation SwitcJ and 152.54 J.'36.5, Cents $ �� $ Per Each 12. 29 EA. Install Power Strip 4,^v @ d&�OA 414 se.%j Dollars and Cents $ 1-7Z' z� Per Each 13. 32 EA. Install Ethernet Switch a�,.,�� ars and _e, i4 Cents $ 3ZZ . as $ Aa .332. 16 Per each 14. 13 EA. Install CCTV Equipment k..4 j L _t V 4-4 @ -taws 4 d Dollars and f Cents $ i, 722 Per Eadh 15. 1,150 L.F. Install Twisted Pair Copper SIC @_ Dollars and Cents $ �7f Per Linear Foot 16. Lump Sum Install Ethernet Rad'o Sy�terp -Av- @Save..- i4oc�c...d t�`�°Dollars Y and Cents $ �Y Per Lump Sum PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. Lump Sum Campus Dr /Bristol St North Traffic Signal Modification _Jpn.a � d @A[4 4t"" Dollars and Cents $ Per Lump Sum 18. Lump Sum Campus Dr /Bristol St North Temporary TS Wiring @ Dollars and 3� $ Cents $ Per Lump Sum 19. Lump Sum Coast Hwy /Marguerite Ave Traffic Signal Modification @ Dollars and Cents $ /5, 798 Per Lump Sum 20. Lump Sum Coast Hwy /Marguerite Ave Temporary TS Wiring @ Dollars and Cents $ 3)!3 3g Per Lump Sum 21. Lump Sum Jamboree Rd /Back Bay Dr Traffic Signal Modification @ Dollars and I> 3 37 Cents $ Per Lump Sum 22. Lump Sum Jamboree Rd /Back Bay Dr Temporary TS Wiring @ Dollars and 3o S V Cents $ Per Lump Sum PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. Lump Sum Jamboree Rd /Island Lagoon Traffic Signal Modification @ Dollars and )$ olb Cents $ Per Lump Sum 24. Lump Sum Jamboree Rdllsland Lagoon Temporary TS Wiring @ Dollars and Cents $ 3 $ Per Lump Sum 25. Lump Sum Bison Ave /Camelback St Traffic Signal Modification @ Dollars and Cents $ 32, Y Per Lump Sum 26. Lump Sum Birch St/Quail St Traffic Signal Modification @ Dollars and Cents $ Ilk 3.4 b Per Lump Sum 27, Lump Sum Irvine AvelBristol St South Traffic Signal Modification @ Dollars and Cents Per Lump Sum 28. Lump Sum Irvine Ave /Bristol St South Temporary TS Wiring @ Dollars and 9 Cents Per lump Sum PR6of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 29. 1 EA. Locate Missing Pull Bo '5N Dollars and Cents Per Each 30. Lump Sum Provide As -Built Plans r 4w.te.4 Dollars and Cents Per L mp Sum TOTAL PRICE IN WRITTEN WORDS and 4 % Cents 31669 Date Cj2 bidder's Telephone and Fax Numbers 719LS-?,r— Bidder's License No(s). and Ciassifiication(s) $ Us $ 3b!;� $ 5!3 -6w. hu,.d.e d Dollai 7,99. vy Total Price (Figures) (. r 1 . Bidd Bid s thorize i ature and Title —7ziL <- fc.•j 1-6 Bidder's Address Bidder's email address: 6 —4,"ie . 4tA F:WsersWBY WredC4nka&wTY 08- MTmffie Signal Mod Phase 2Jamborse C- 3978Wropasai G3976-doc 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 Fl. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 2 CONTRACT NO. 3976 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -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 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 Fl. 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 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 6 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 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 -15 CONTRACTOR'S LICENSES 8 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9 -3 PAYMENT 9 9 -3.1 General 9 9 -3.2 Partial and Final Payment 12 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 13 201 -1 PORTLAND CEMENT CONCRETE 13 201 -1.1.2 Concrete Specified by Class 13 201 -2 REINFORCEMENT FOR CONCRETE 13 201 -2.2.1 Reinforcing Steel 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 -5.4 Joints 14 303 -5.4.1 General 14 303 -5.5 Finishing 14 303.5.5.1 General 14 303 -5.5.2 Curb 15 303 -5.5.3 Sidewalk 15 303 -5.5.4 Gutter 15 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 15 307 -4 TRAFFIC SIGNAL CONSTRUCTION 15 SECTION 310 PAINTING 15 310 -5 PAINTING VARIOUS SURFACES 15 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 15 310 -5.6.6 Preparation of Existing Surfaces 15 310 -5.6.7 Layout, Alignment, and Spotting 15 310 -5.6.8 Application of Paint 15 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 16 312 -1 PLACEMENT 16 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 16 86 -1 GENERAL 16 86 -1.01 Description 16 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 17 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 18 86 -2.05 Conduit 19 86 -2.05A Conduit 19 86 -2.06 Pull Boxes 19 86 -2.08 Conductors 19 86 -2.09 Wiring 19 86 -2.10 Bonding and Grounding 19 86 -2.11 Service 20 86 -2.14 Testing 20 86 -2.146 Field Testing 20 86 -2.14C Functional Testing 20 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 21 86 -4.01 Vehicle Signal Faces 21 86 -4.02 Light Emitting Diode Signal Module 21 86 -4 -06 Pedestrian Signals 21 86 -5 DETECTORS 22 86 -5.01 Vehicles Detectors 22 86 -5.02 Pedestrian Push Button Assemblies 22 86-6 LIGHTING 22 86 -6.01 High Pressure Sodium Luminaires 22 86 -6.01A High Pressure Sodium Lamp Ballasts 23 86- 6.01A(1)a Lag -Type Regulator Ballasts 23 86- 6.01A(1)b Lead Type Regulator Ballasts 24 86 -6.065 Internally Illuminated Street Name Signs 24 86 -6.07 Photoelectric Controls 24 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 25 BATTERY CABINET 25 BATTERY BACK -UP SYSTEM 25 EXHIBIT A — Battery Backup System Cabinet Specification SPECIAL PROVISIONS SUPPLEMENTAL FEBRUARY 2009 SP 1 OF 26 CITY OF NEWPORT BEACH 8( PUBLIC WORKS DEPARTMENT rZI SPECIAL PROVISIONS CONTRACT NO. 3976 INTRODUCTION 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- 5996 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) Standard Specifications and the Standard Plans of the State of California, Department of Transportation (2006 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawinqs may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714- 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: NOTE TO CONTRACTORS: This project includes installation 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 of CCTV equipment, installation /modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T- 5996 -S and as listed in the Summary of Work (Section 1) of the attached Special Provisions Supplemental." SP2OF26 2 -9 SURVEYING For Section 2 -9.3, use either Alternative 1 or 2 below: 2 -9.3 Survey Service. Add to this section: "The City will provide one set of construction staking as required to construct the improvements. Additional stakes or re- staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey ties and /or monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." Existing street centerline ties and property comer monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2 -9.6 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 Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 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 SP 3 OF 26 to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4.1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer may select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the P 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. SP4OF26 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, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability 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 120 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 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4`h the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24` ", (Christmas Eve), December 25`h (Christmas), and December 315` (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Mondg is a holiday. If January 15` July 4w, November 11th December 24th December 25` or December 31st falls on a Saturday, the Friday before is a holiday." SP5OF26 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 and traffic signal shut -downs will be limited to 9 a.m. to 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 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 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 SP6OF26 Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.5.1 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 sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.city.newoort- beach.ca.us /pubworks /links. 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 -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 SP7OF26 Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall 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 Engineer, the Contractor shall submit to the Engineer a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. SP 8 OF 26 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C -10 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. Pursuant to California Labor Code Section 3099, certification is required for all persons who perform work as electricians for contractors licensed as Class C -10 electrical contractors. Proof of certification for all individuals on the project shall be provided to the City prior to the award of contract. SP9OF26 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As- Built" drawings. The "As- Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 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. 3 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 SP 10 OF 26 and install 6 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 4 Install 12110 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 12110 Microduct per the Plans, Special Provision, and Supplemental. This item includes furnishing and installation of #10 wire within conduit. Item No. 5 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. 6 Install #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #6 Pull Boxes per the Plans, the Special Provisions and Supplemental. Item No. 7 Install #6E Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #6E Pull Boxes per the Plans, the Special Provisions and Supplemental. Item No. 8 Install Fiber Patch Panel: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Patch Panels in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 9 Install Fiber Optic Splice Closure: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Splice Closures per the Plans, the Special Provisions and Supplemental. Item No. 10 Install Fiber Distribution Unit and 19 -inch Rack: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a Fiber Distribution Unit, including rack, at the Police Department per the Plans, the Special Provisions and Supplemental. Item No. 11 Install Aggregation Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City- furnished aggregation switches at the Police Department per the Plans, the Special Provisions and Supplemental. Item No. 12 Install Power Strip: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install power strips in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 13 Install Ethernet Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City- furnished Ethernet switches in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. SP 11 OF 26 Item No. 14 Install CCTV Equipment: Work under this item shall include the cost of all labor, equipment and materials required to install a City- furnished CCTV systems per the Plans, the Special Provisions and Supplemental. Item No. 15 Install Twisted Pair Copper SIC: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Twisted Pair Signal Interconnect Cable per the Plans, the Special Provisions and Supplemental. This item includes the cost of testing existing twisted pair communication links as detailed in the Special Provision Supplemental. Item No. 16 Install Ethernet Radio System: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a radio Ethernet system per the Plans, the Special Provisions and Supplemental. Item No. 17 Campus Drive /Bristol Street North Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Campus Drive /Bristol Street North intersection per the Plans, the Special Provisions and Supplemental. This bid item excludes installation of the City- furnished CCTV system (Item No. 16). Item No. 18 Campus Drive /Bristol Street North Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring to maintain traffic signal operation at the Campus Drive /Bristol Street North intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 19 Coast Highway /Marguerite Avenue Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Coast Highway /Marguerite Avenue intersection per the Plans, the Special Provisions and Supplemental. This bid item excludes installation of the City- furnished CCTV system (Item No. 16). Item No. 20 Coast Highway /Marguerite Avenue Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring to maintain traffic signal operation at the Coast Highway /Marguerite Avenue intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 21 Jamboree Road /Back Bay Drive Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Jamboree Road /Back Bay Drive intersection per the Plans, the Special Provisions and Supplemental. Item No. 22 Jamboree Road /Back Bay Drive Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing SP 12 OF 26 temporary traffic signal wiring to maintain traffic signal operation at the Jamboree Road /Back Bay Drive intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 23 Jamboree Road /Island Lagoon Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Jamboree Road /Island Lagoon intersection per the Plans, the Special Provisions and Supplemental. Item No. 24 Jamboree Roadlisland Lagoon Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring to maintain traffic signal operation at the Jamboree Road /Island Lagoon intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 25 Bison Avenue /Camelback Street Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Bison Avenue /Camelback Street intersection per the Plans, the Special Provisions and Supplemental. Item No. 26 Birch Street/Quail Street Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Birch Street/Quail Street intersection per the Plans, the Special Provisions and Supplemental. Item No. 27 Irvine Avenue /Bristol Street South Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Irvine Avenue /Bristol Street South intersection per the Plans, the Special Provisions and Supplemental. Item No. 28 Irvine Avenue /Bristol Street South Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring to maintain traffic signal operation at the Irvine Avenue /Bristol Street South intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 29 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. 30 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings per the Special Provisions. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 13 OF 26 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." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 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 Solid 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 Haulers.htm." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." SP 14 OF 26 300 -1.3.2 Requirements c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1-1/2 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." SP 15 OF 26 303 -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-K' for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION See Section 86 — SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS below. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. SP 16 OF 26 The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and/or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SECTION 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 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 SP 17 OF 26 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 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. The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated as bid items. This wiring shall include operation of pedestrian push buttons. Exceptions shall approved by the Engineer. SP 18 OF 26 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. 86 -2 MATERIALS AND INSTALLATION 86 -2.03 Foundations Portland Cement Concrete (PCC) shall be Class 560 -C -3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. 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. SP 19 OF 26 86 -2.05 Conduit 86 -2.05A Conduit shall be as specified in the Section 3 (CONDUIT) of the Special Provision Supplemental. 86 -2.06 Pull Boxes Pull Boxes shall be as specified in the Section 5 (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. 86 -2.08 Conductors Conductors shall be as specified in the Section 14 (TWISTED PAIR CABLE) of the Special Provision Supplemental. 86 -2.09 Wiring The following paragraphs shall be added to 86 -2.09: Ungrounded traffic signal conductors /cables shall not be spliced. The first paragraph of 86- 2.09D, "Splicing" shall be deleted and replaced with the following: Conductors /cables 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 3/16 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. SP 20 OF 26 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 910 -L (P and R cabinets) for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 86 -2.14 Testing 86 -2.14 Testing 86 -2.14B 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 SP 21 OF 26 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 tum -on. Turn -on shall be scheduled only for the hours between 9 AM and 12 Noon. If the scheduled turn -on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All signal heads and pedestrian heads shall remain covered prior to signal turn -on. The Contractor shall at his own expense, arrange to have a signal technician, qualified to work on the controller assembly and employed by the controller assembly manufacturer, present at the time the equipment is turned on. 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 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 LESVIT (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. SP 22 OF 26 86 -5 DETECTORS 86 -5.01 Vehicle Detectors Sensor units shall be two channel, rack mounted, as manufactured by IDC Detector Systems, Model262FC -1, or Agency-approved equal. Loop wire shall be Type 2. Loop detector lead -in cable shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The 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-91 3-L and STD -914 -L and shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register /Vol. 59, No. 117, Section 14.2.5). 86 -6 LIGHTING 86 -6.01 High Pressure Sodium Luminaires Luminaires shall be the full -cutoff type. Glare shields are not required. 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. SP 23 OF 26 The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 200W (see plans) HPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A High Pressure Sodium Lamp Ballasts The twelfth paragraph in Section 86- 6.01A, "High Pressure Sodium Lamp Ballasts ", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." Regulator Type Ballasts, of the Standard Specification is amended to read: "Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86- 6.01A(1)a Lag -Type Regulator Ballasts Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. SP 24 OF 26 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 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. SP 25 OF 26 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. 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 PIN 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. SP 26 OF 26 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 • 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:Wsers\PBW \Shared \Contracts \FY 08 -09 \Traffic signal Mod Phase 2- Jamboree C- 3976\SPECS C- 3976.doc .750 M FRONT VIEW OPEN DOOR SECTION A -A P/N FCU103980 TAT RIA - ALUMINUM ALLOY .125 THICK 5052 -1-132, 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'SY 1/4 -20 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES 2+.w DOOR AT TOP, BOTTOM AND CENTER WITH A #2 7a 75 I CORBIN LOCK, DOOR RODS 1/4" X 3/4' ALUM. BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. TOP VIEW A 41 t11 II I OII I I I I I I m U!a I- 71,00 —� FRONT VIEW H V c - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 8.25" DEEP. VENTILATION - A VENT PATTERN 5 PROVIDED ON THE UNDERSIDE OF THE COVER OVERHANG, LOWER 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. ExHlBir A CITY OF NEWPORT BEACH TRAFFIC SIGNAL SYSTEM MODERNIZATION PROJECT PHASE 2 SPECIAL PROVISIONS SUPPLEMENTAL February 2009 QROFCSSlpN\ Exp. nR C Newport Beach Phase 2 Table of Contents 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 ...................................................................................... ............................... 4 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 .............................17 4.2 Requirements .................................................................................................... .............................12 ............................... 17 4.3 Quality Control ............................................................................................... ............................... 12 4.4 Measurement and Payment ............................................................................. ............................... 12 4.5 Microduct Installation, General ...................................................................... ............................... 13 5. PULL BOXES ........................................................................................ .............................14 Measurement and Payment ............................................................................. 5.1 General ............................................................................................................. .............................14 5.2 Measurement and Payment ............................................................................. ............................... 14 5.3 Pull Box and Pull Box Cover .......................................................................... ............................... 14 5.4 Installation Requirements ............................................................................... ............................... 15 5.5 Installation Detail ............................................................................................ ............................... 16 6. SPLICE CLOSURES ............................................................................ .............................17 6.1 General ............................................................................................................. .............................17 6.2 Measurement and Payment ............................................................................. ............................... 17 6.3 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 2 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 .............................................................................. ............................... 26 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 ........................................... ............................... 33 7.22 Fiber Optic Cable Route Records ............................................................... ............................... 34 7.23 #10 Green Wire .......................................................................................... ............................... 34 8. FIBER PATCH PANEL/WALL INTERCONNECT CENTER ..... ............................... 35 8.1 General ............................................................................................................. .............................35 8.2 Measurement and Payment ............................................................................. ............................... 35 8.3 Description ........................................................................................................ .............................35 9. FIBER DISTRIBUTION UNIT (FDU) AND RACK ........................ ............................... 37 9.1 General ............................................................................................................. .............................37 9.2 Measurement and Payment ............................................................................. ............................... 37 9.3 Description of FDU ........................................................................................ ............................... 37 9.4 Description of Rack ........................................................................................ ............................... 38 9.5 Installation ...................................................................................................... ............................... 38 10. CLOSED CIRCUIT TELEVISION (CCTV) CAMERA SYSTEM .......................... 39 10.1 General ......................................................................................................... .............................39 13.2 Measurement and Payment ......................................................................... ............................... 39 11. TRAFFIC SIGNAL SYSTEM ........................................................ ............................... 40 11.1 General ......................................................................................................... .............................40 11.2 Measurement and Payment ......................................................................... ............................... 41 11.3 Battery Backup System ................................ ............................... Error! Bookmark not defined. 12. ETHERNET SYSTEM .................................................................... ............................... 42 12.1 General ......................................................................................................... .............................42 12.2 Measurement and Payment ......................................................................... ............................... 43 12.3 CAT6 Cable ............................................................................................... ............................... 43 12.3 Installation .................................................................................................. ............................... 43 13. TESTING AND DOCUMENTATION .......................................... ............................... 44 13.1 General ......................................................................................................... .............................44 13.2 Measurement and Payment ......................................................................... ............................... 44 13.3 Fiber Optic Testing ..................................................................................... ............................... 44 13.4 Final Acceptance Test ................................................................................ ............................... 46 13.5 Test Procedures ............................................................................................ .............................46 13.6 Documentation .................................. ............................... .................. ............................... 47 14. TWISTED PAIR CABLE ................................................................. .............................49 ii Newport Beach Phase 2 Specifications 14.1 General ......................................................................................................... .............................49 14.2 Requirements ................................................................................................ .............................49 14.3 Cable Marking ............................................................................................ ............................... 49 14.4 Quality Control ........................................................................................... ............................... 49 14.5 Measurement and Payment ......................................................................... ............................... 49 14.6 General Considerations .............................................................................. ............................... 50 14.7 Installation .................................................................................................. ............................... 50 15. EXISTING TWISTED PAIR CABLE ........................................... ............................... 51 15.1 General ......................................................................................................... .............................51 15.2 Measurement and Payment ......................................................................... ............................... 51 15.3 Communication Link Testing ..................................................................... ............................... 51 16. POWER STRIP ................................................................................ ............................... 52 16.1 General ......................................................................................................... .............................52 16.2 Measurement and Payment ......................................................................... ............................... 52 16.3 Wall- Mounted Power Strip ......................................................................... ............................... 53 16.4 19 -Inch Rack- Mounted Power Strip ........................................................... ............................... 53 17. TRAINING ......................................................................................... .............................54 17.1 General ......................................................................................................... .............................54 17.2 Measurement and Payment ......................................................................... ............................... 55 18. ETHERNET RADIO SYSTEM ..................................................... ............................... 56 18.1 General ......................................................................................................... .............................56 18.2 Measurement and Payment ......................................................................... ............................... 56 18.3 Description ................................................................................................... .............................56 18.4 Configuration ............................................................................................. ............................... 56 iii Newport Beach Phase 2 1. SUMMARY OF WORK 171,71 d mr) 3I aVIX" 1.1 Contract Limits Below are the contract limits for work to be done on City right -of -way. Specifications Street Name Limits Approximate Length Jamboree Road Coast Highway to MacArthur Boulevard —19900 feet MacArthur Boulevard Jamboree Road to Campus Drive --5300 feet Bison Avenue Jamboree Road to Bayswater —2700 feet Santa Barbara Drive Jamboree Road to San Clemente Drive 1000 feet Campus Drive Bristol St. South to MacArthur Boulevard --5600 feet Irvine Avenue Santa Isabel to University Drive 2800 feet Bristol St South Campus Drive to Birch Street, Jamboree Road to Bayview Place 1900 feet Quail Streit Campus Drive to Birch Street —950 feet Dove Street Campus Drive to Birch Street --850 feet Birch Street MacArthur Boulevard to Von Karman 1350 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: 1. Furnish and install new 48- strand SMFO cable in new microduct along Jamboree Road between Coast Highway and MacArthur Boulevard, MacArthur Boulevard between Jamboree Road and Campus Drive, Bison Avenue between Jamboree Road and MacArthur Boulevard, Campus Drive between Bristol Street South and MacArthur Boulevard, Bristol Street South between Campus Drive and Birch Street, and Bristol Street South between Jamboree Road and Bayview Place, as shown on the plans. 2. 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. 3. Furnish and install one new 6- strand SMFO drop cable in new microduct at all signalized intersections as shown on the plans. 4. Furnish and install one new 6 -pair twisted pair cable along Jamboree Road from Back Bay to Island Lagoon as shown on the plans. . 5. Furnish and install new conduit, at locations shown on the plans Newport Beach Phase 2 Specifications 6. Furnish and install pull boxes, splice vaults, and fiber optic splice closures, at locations shown on the plans. 7. Furnish and install new trace wire at locations shown on the plans 8. Furnish and install new Ethernet radio system at locations shown on the plans 9. Installation and acceptance testing of City - Furnished Ethernet switches and CCTV systems. 10. 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. 11. Furnish and install fiber distribution unit (FDU) at the Police Station and complete termination of two (2) 48- strand SWO Cable as shown on the plans. 12. Testing of all equipment and system furnished and installed under this Contract, including items famished by others, including but not limited to the fiber optic communication system, CCTV camera system, and associated fiber optic communication equipment. 13. Furnish accurate project documentation, as specified in these Special Provisions. 14. Install City - Furnished Type "O" and Type'T" Cabinets at locations shown on the plans. 15. Contractor shall be responsible for the traffic signal modification at the locations shown on the plans per City Standards. 16. Contractor shall perform communication link testing for the locations that will utilize the existing twisted pair cables for Ethernet communication as shown on the plans. 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. Newport Beach Phase 2 Specifications 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. 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 t 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. Newport Beach Phase 2 1.5 Cabling Requirements Specifications All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy -duty protection from the environment, as well as connectors on each end with some form of locking mechanism. PART 3 — EXECUTION 1.6 Responsibilities of the Contractor It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himselftherself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he /she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. Newport Beach Phase 2 Specifications 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 and the City of Irvine for all work within their respective right -of- way. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. END OF SECTION 5 Newport Beach Phase 2 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. 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: 6 Newport Beach Phase 2 1. Name and address of owner. Draft Specifications 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 2 3. CONDUIT PART 1— GENERAL 3.1 General Specifications This section shall govem to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 3.2 Requirements 1. It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. No PVC conduit is envisioned to be required. 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 or cement. 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. 5. 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 by directional drill method and tested in accordance with these Special Provisions. Unit price for conduit shall include all incidentals for disruption to pavement, sidewalk or soil. The contract unit price for conduit shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, installing and Newport Beach Phase 2 Specifications testing conduit, complete in place, including installation of conduit under sidewalk areas, under roadway pavement areas, in soil, removing surface materials, potholing, DIGALERT, furnishing fitting, bends, bushings, modification of existing foundations for conduit entrances, backfilling, and providing other 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. 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. Newport Beach Phase 2 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. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. 12. Conduits entering vaults shall terminate flush with the inside walls of each pull box. 13. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. 10 Newport Beach Phase 2 Specifications 14. 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. 15. Conduit and fittings shall be supplied with an ultraviolet inhibitor. 16. 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. 17. 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. 18. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. 19. After conductors/cables have been installed, the exposed end of conduits retraining 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 backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or H 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 2 Specifications 4. MICRODUCT PART 1— GENERAL 4.1 General This section shall govem to famish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 Requirements 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. Microduct shall be cut 2 to 3 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 Quality Control All microduct furnished and installed as part of the Contract shall be new, UL- listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 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, and for furnishing and installing #10 green wire, 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. 12 Newport Beach Phase 2 Specifications PART 2 - MATERIAL 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 Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The 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 Newport Beach Phase 2 Specifications 5. PULL BOXES PART 1— GENERAL 5.1 General This section shall govern to furnish 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. Unit price for pull box shall include all incidentals for disruption to pavement, sidewalk or soil. The contract unit price for Pull Box Number Six (PB#6) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, 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. The contract unit price for Pull Box Number Six with Extension (PB#6E) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, 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 Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. • All new TRAFFIC pull boxes shall be pull box number 6 (PB #6), or pull box number 6 with extension (PB #6E), as noted on the Plans. PB #6 shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB #6E shall have nominal dimensions of 36 inch L x 24 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. • The cover marking for each pull box 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 Caltrms 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. 14 Newport Beach Phase 2 Specifications 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. IM R 1R1M 4 R4U llw-fl [1721 5.4 Installation Requirements 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 Caltrens 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 ofthe 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. 15 Newport Beach Phase 2 5.5 Installation Detail Specifications 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. 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 Newport Beach Phase 2 6. SPLICE CLOSURES PART 1— GENERAL 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 strain relief for the cable, and shall be resistant to salt corrosion. The outer - closure shall be waterproof, and re- enterable. The outer - closure shall be flash - tested at 100 kPa. 17 Newport Beach Phase 2 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 of rigid 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 betaken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re- enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice 18 Newport Beach Phase 2 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 befrom OFS, Corning Cable Systems, or approved equal. END OF SECTION 19 Newport Beach Phase 2 Specifications 7. FIBER OPTIC CABLE PART 1 — GENERAL 7.1 General This item shall govern to famish 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. • Jamboree Road between Coast Highway and MacArthur Boulevard • Bison Avenue between Jamboree Road and MacArthur Boulevard • MacArthur Boulevard between Jamboree Road and Campus Drive • Campus Drive between Bristol Street South and MacArthur Boulevard • Bristol Street South between hvine Avenue and Birch Street • Bristol Street South between Jamboree Road and Bayview Place This item shall govern to furnish and install #10 green wire at locations as shown on the plans and as detailed in accordance with these Special Provisions. 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 Police Department does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and 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. 20 Newport Beach Phase 2 Specifications • Each fiber optic outside plant cable for this project shall be all - dielectric, dry water - blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in 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 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 35OG of the National Electrical Safety Code® (NESC®), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within tl% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 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 be provided by the Contractor at no cost to the Engineer or the City. 21 Newport Beach Phase 2 Specifications The contract unit price paid for 48 SMFO cable shall include full compensation for furnishing all labor, materials, tools, equipment, removal and reinstallation of existing signal interconnect cable in kind, removal of existing signal interconnect cable, as -built plans, and other incidentals for furnishing, installing, splicing, terminating with appropriate connectors from fiber distribution unit to Aggregation Switch, 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 at hub locations, and all type of connectors. The contract unit price paid for 6 SMFO cable shall include full compensation for furnishing all labor, materials, tools, equipment, removal and reinstallation of existing signal interconnect cable in ldnd, removal of existing signal interconnect cable, and other incidentals for furnishing, installing, splicing, terminating with appropriate connectors on the fiber patch panel, furnishing , installing and terminating fiber optic jumper cables, 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 at traffic signal controller locations, and all type of connectors. 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 FX Plus 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 TIA/ElA455 -3A (FOTP -3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/lmr at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T 0.652.1) and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 pm nominal Cladding diameter 125 vrn f 1.0 m Core to Cladding Offset < 0.7 gm Coating Diameter 240 pin t0.5 gni Cladding Non - circularity defined as: [1 -(min. cladding dia max. cladding dia. )Jx100 <_ 1.0% Proof/Tensile Test 100 kpsi, min. 22 Newport Beach Phase 2 Specifications Parameters Value Attenuation: 7. @ 1310 nm < 0.35 dB/km @ 1385 nm <0.31 dB/km @ 1550 nm < 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at GR either 1300 nm or 1550 nm Attenuation at the Water Peak 5 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures S +0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Violet L Zero Dispersion Wavelength (1s) 1302 < �o < 1322 nm Zero Dispersion Slope < 0.092 ps/(nmZ lan) Maximum Dispersion: 5 3.5 ps /(nm km) for 1285 - 1330 nm WT < 18 ps /(nm km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann 11) 9.2:k 0.4 gm at 1310 nm 10.5±0.5 lim at 1550 nm Cable Outer Diameter 0.30" 7.6 mm Buffer Tube Size 0.08" 2.0 mm 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 L 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 WT 12. Aqua (A 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 characteristics 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/EIA455 -82 (FOTP -82), "Fluid Penetration Test For Fluid- Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA- 455 -81 B (FOTP -81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable ". 23 Newport Beach Phase 2 Specifications The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N /cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA EIA- 455-41 (FOTP -41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N /cm (125 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 in) per minute. The 110 N /cm (63 lbf/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 mn 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% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically± 0.05 dB or less. The cable jacket will exhibit no crackling or splitting when observed under SX magnification. Impact testing shall be conducted in accordance with TI4,/EIA- 455 -25B (FOTP- 25) 'Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIAJEIA- 455 -33 (FOTP -33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 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 24 Newport Beach Phase 2 Specifications 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. 7.12 Fiber Optic Patch Cords The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non - corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre-sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius, Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 7.13 Fiber Optic Fan -Out Kits If required, fan-out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan-out shall be equipped to terminate 25011m 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. 25 Newport Beach Phase 2 7.14 Fiber Optic Connectors Specifications The Contractor shall famish and install fiber optic pre - manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIAITIA 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 X0.3 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 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 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. 26 Newport Beach Phase 2 Specifications • Cable bending radius limitations. To accommodate long continuous installation lengths, bi- directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right -of -way shall be installed per Caltrans standards. Contractor shall be responsible for making himselftherself 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 27 Newport Beach Phase 2 Specifications shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the 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 Ip icin¢ -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. 28 Newport Beach Phase 2 Specifications • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 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 +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies The outer jacket of jumpers shall be yellow. Obtical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA- 455 -B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA- 455 -2C (FOTP -2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA- 455 -513 (FOTP -5), Humidity Test Procedure for Fiber Optic Components, and TWEIA455 -34A (FOTP -34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to 29 Newport Beach Phase 2 Specifications 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 rim and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre- connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless -steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory- assembled and tested. There shall be no fabrication of connectors in the field All unstated connectors shall have protective caps installed. Counters -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 4)m tight -buffer form, surrounded by ammid 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 (110lbf.). 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. 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 30 Newport Beach Phase 2 Specifications 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 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635-run laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre - installation attenuation using an Optical Time Domain Retlectometer (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. 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 31 Newport Beach Phase 2 Specifications standards. OTDR measurements made before the cable installation provide baseline data for comparison to post - installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as- built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter /feet), fiber loss (dB), and average fiber attenuation (in dB /mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal -to -noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB /mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. 32 Newport Beach Phase 2 Specifications 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 manufacturers 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 detemvned 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 change its calibration wavelength to match the system (13 10 run, 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. 33 Newport Beach Phase 2 Specifications • 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 I (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 temnination 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 fibernumber and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 7.23 #10 Green Wire The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a wirenut. END OF SECTION 34 Newport Beach Phase 2 Specifications 8. FIBER PATCH PANELAVALL INTERCONNECT CENTER PART 1 — GENERAL 8.1 General Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be famished 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 shalt be measured as fiber patch panel complete in place. The contract unit price for Fiber Optic Patch Panel in NEMA cabinet shall include full compensation for furnishing and installing fiber patch panel in NEMA cabinet, including all labor, materials, appropriate connectors, tools, equipment and incidentals, 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. The contract unit price for Fiber Optic Patch Panel in 332 cabinet shall include full compensation for furnishing and Installing fiber patch panel in 332 cabinet, including all labor, materials, appropriate connectors, tools, equipment and incidentals, 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 famish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack- mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. 35 Newport Beach Phase 2 Specifications The make of Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted f ber patch panel shall be Corn ing CCS -01 U, shelf /wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 17,11141 MWX0[d111I1IQeMe MI &W1D1 f END OF SECTION 36 Newport Beach Phase 2 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 Police Station IT 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 IT Department. The section includes material and installation for fiber distribution unit. The FDU at the Police Station 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 famishing, installing and testing of the FDU at the Library and all Field Work elements. From, but excluding the FDU at the Police Station, others will be responsible for elements inside the Police Station. 9.2 Measurement and Payment This item shall be measured as each 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 incidentals, 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 Police Station shall be 19 -inch rack mountable fiber interconnect enclosure, suited for indoor use in a standard EIA 19 inch equipment rack. FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub - panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at Police Station, shall be LC type connectors. 37 Newport Beach Phase 2 Specifications 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 FDUshall 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 Police Station. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18 ". • Ideal for high - density racking. • Extra -large 9.5" interior cabling channel between posts. • 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 Police Station based on direction from Engineer and Newport Beach IT Department. The FDU at the Police Station 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 38 Newport Beach Phase 2 Specifications 10. CLOSED CIRCUIT TELEVISION (CCTV) CAMERA SYSTEM PART I — 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 thirteen (13) proposed locations for CCTV camera equipment installation are as follows and included within the corresponding design plans: 1. Jamboree Road and Coast Highway 2. Jamboree Road and San Joaquin Hills Road 3. Jamboree Road and Ford Road 4. Jamboree Road and University Drive 5. Jamboree Road and Bristol Street South 6. Jamboree Road and MacArthur Boulevard 7. Coast Highway and Marguerite Avenue S. MacArthur Boulevard and Bison Avenue 9. MacArthur Boulevard and Bonita Canyon Drive 10, MacArthur Boulevard and Birch Street 11. Campus Drive and Dove Street 12. Campus Drive and Bristol Street North 13, Bristol Street South and Birch Street The CCTV camera system including the dome CCTV camera, CCTV cable (video/data/power), CCTV camera mounting hardware and video encoder shall be City - Fumished. The Contractor shall install the CCTV camera and mounting hardware on existing pole as shown on the Plans. The Contractor shall install the CCTV camera cable as shown on the Plans. The CCTV data and video transmission between the TMC and the CCTV camera locations identified herein will be done by a pair of IP video encoder /decoders, to be provided by others. The CCTV camera systems will be integrated by others. 13.2 Measurement and Payment This item shall be measured as each CCTV camera system complete in place. The contract unit price for CCTV camera system shall include full compensation for installing City - Furnished CCTV camera, mounting hardware, CCTV cable, and video encoder; and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing CCTV camera system, 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. END OF SECTION 39 Newport Beach Phase 2 11. TRAFFIC SIGNAL SYSTEM 171;1 SM"DOa1;7:1111 11.1 General Specifications The traffic signal controllers shall be upgraded to Model 2070L and Econolite ASC /3 at twenty-seven (27) locations listed as follows and included within the corresponding design plans: ID Intersection Type 1 Jamboree Road & Back Bay Drive ASC /3* 2 Jamboree Road & Island Lagoon Drive ASC /3 3 Jamboree Road & Santa Barbara Drive ASC /3 4 Jamboree Road & San Joaquin Hills Road ASC /3 5 Jamboree Road & Ford Road ASC /3 6 Jamboree Road & Bison Avenue ASC /3 7 Jamboree Road & University Drive ASC /3 8 Jamboree Road & Bayview Way ASC /3 9 Jamboree Road & Bristol St South 2070L 10 Jamboree Road & Bristol St North 2070L 11 Jamboree Road & MacArthur Boulevard ASC /3 12 Santa Barbara Drive & San Clemente Drive ASC /3 13 Bison Avenue & Country Club ASC /3 14 Bison Avenue & Belcourt Drive ASC /3* 15 Bison Avenue & Bayswater ASC /3 16 MacArthur Boulevard & Newport Place ASC /3 17 MacArthur Boulevard & Birch Street ASC /3 18 Campus Drive & Airport Way ASC /3 19 Campus Drive & Quail Street ASC /3 20 Campus Drive & Bristol St North ASC /3 ** 21 Irvine Avenue & Bristol St South ASC /3 ** 22 Birch Street & Bristol St North 2070L 23 Birch Street & Bristol St South 2070L 24 Birch Street & Quail Street ASC/3* 25 Birch Street & Dove Street ASC /3 26 Bristol St South & Bayview Place 2070L 27 Bayview Place & Bayview Circle ASC /3 *ASC /3 in new NEMA Type "P" cabinet, * *ASC /3 in new NEMA Type "O" cabinet Contractor shall install City- Fumished traffic signal controllers at locations with new cabinets. Econolite shall install City- Furnished traffic signal controllers at all other existing cabinet locations. Contractor shall furnish and install battery backup system and side -mount cabinet for installation at three locations as shown on the plans and per City standard specifications. 40 Newport Beach Phase 2 11.2 Measurement and Payment Specifications This item shall be measured as each Traffic Signal Controller installation in new NEMA P Cabinet complete in place. The contract unit price for Traffic Signal Controller installed in Type P cabinet shall include full compensation for installing City - Furnished traffic signal controller and City - Furnished NEMA P cabinet; and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing Type P cabinet on existing foundation and relocating traffic signal equipment, 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. This item shall be measured as each Traffic Signal Controller installation in new NEMA O Cabinet complete in place. The contract unit price for Traffic Signal Controller installed in Type O cabinet shall include full compensation for installing City- Furnished traffic signal controller and City - Furnished NEMA O cabinet; and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing Type O cabinet on existing foundation and relocating traffic signal equipment, 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. The contract unit price for Traffic Signal Controller installed by Econolite in existing cabinet shall be considered incidental to other work completed by Contractor. No additional compensation shall be allowed. This item shall be measured as each Battery Backup System installation complete in place. The contract unit price for Battery Backup System and Side -Mount Cabinet installed on new Cabinet shall include full compensation for furnishing and installing Battery Backup System, Side Mount Cabinet, and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing Battery Backup System, 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. END OF SECTION 41 Newport Beach Phase 2 Specifications 12. ETHERNET SYSTEM PART 1— GENERAL 12.1 General The thirty-two (32) proposed locations for Ethernet Switches installation are as follows and included within the corresponding design plans: ID Intersection 1 Jamboree Road & Back Bay Drive 2 Jamboree Road & Island Lagoon Drive 3 Jamboree Road & Santa Barbara Drive 4 Jamboree Road & San Joaquin Hills Road 5 Jamboree Road & Ford Road 6 Jamboree Road & Bison Avenue 7 Jamboree Road & University Drive 8 Jamboree Road & Bay-view Way 9 Jamboree Road & Bristol St South 10 Jamboree Road & Bristol St North 11 Jamboree Road & MacArthur Boulevard 12 Santa Barbara Drive & San Clemente Drive 13 Bison Avenue & Country Club 14 Bison Avenue & Belcourt Drive 15 Bison Avenue & MacArthur Boulevard 16 Bison Avenue & Bayswater 17 MacArthur Boulevard & Villa io 18 MacArthur Boulevard & Bonita Canyon Drive 19 MacArthur Boulevard & Newport Place 20 MacArthur Boulevard & Birch Street 21 Campus Drive & Airport Way 22 Campus Drive & Dove Street 23 Campus Drive & Quail Street 24 Campus Drive & Bristol St North 25 Campus Drive & Bristol St South 26 Birch Street & Bristol St North 27 Birch Street & Bristol St South 28 Birch Street & Quail Street 29 Birch Street & Dove Street 30 Birch Street & Von Karmen Avenue 31 Bristol St South & Bay-view Place 32 Bayview Place & Bayview Circle Additionally, two (2) Aggregation Ethernet Switches shall be installed at the Police Station, as shown on the Plans. The Ethernet Switches and power supplies shall be City- Furnished and installed by the Contractor. Contractor shall famish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 42 Newport Beach Phase 2 Specifications 12.2 Measurement and Payment This item shall be measured as each Ethernet Switch installation complete in place. The contract unit price for Ethernet Switch installed in controller cabinet shall include full compensation for installing City- Furnished Ethernet Switch; furnishing and installing CAT 6 cable; and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing Ethernet Switch, 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. This item shall be measured as each Aggregation Switch installation complete in place. The contract unit price for Aggregation Switch installed in rack shall include full compensation for installing City- Furnished Aggregation Switch; furnishing and installing CAT 6 cable; and for furnishing all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in installing Aggregation Switch, 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. 12.3 CAT6 Cable Contractor shall furnish and install CAT6 cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6 cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 12.3 Installation The Ethernet Switches and Aggregation Switches will be City- Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. END OF SECTION 43 Newport Beach Phase 2 Specifications 13. TESTING AND DOCUMENTATION hr.1141flQtS01►131". M 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 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 — 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 MUX) 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. 44 Newport Beach Phase 2 Date: Operator: SAMPLE Link Loss Budget Worksheet w 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 213 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 1C (this number must be at least 6 dB): 45 Specifications 1550 nm dBm IA dBm 1B km 2A dB/lan 213 dB 2C dB 2D dB 2E dB 2F dB 2G Newport Beach Phase 2 13.4 Final Acceptance Test 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 fiunished 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. 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 46 Newport Beach Phase 2 Specifications to begin, as required by these Special Provisions. The test procedures shall have the Engineers 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 infommtion: 1. General description of the system 2. Overview of operation 3. System and subsystem block diagrams 4. Functional data flow diagrams S. 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. 11. Complete parts list including names of vendors for parts not identified by universal partnumbers such as JEDEC, RETMA, or EIA. 47 Newport Beach Phase 2 Specifications 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 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 48 Newport Beach Phase 2 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 furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS- PE -39. 14.3 Cable Marking 1. The twisted pair cable outer j acket 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 (' /) 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. The contract unit price paid for twisted pair cable shall Include full compensation for furnishing all 49 Newport Beach Phase 2 Specifications 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. 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 links, 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 twisted pair cables contain 6 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. END OF SECTION 50 Newport Beach Phase 2 Specifications 15. EXISTING TWISTED PAIR CABLE TESTING PART 1— GENERAL 15.1 General This item shall govern to test the twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 15.2 Measurement and Payment Testing of twisted pair cable will be measured as a lump sum item to test the existing twisted pair cable. The contract lump sum price to test the existing twisted pair cable shall include full compensation for testing and documentation, including all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in testing and documentation, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No additional compensation shall be allowed. 15.3 Communication Link Testing The twisted pair cable will support Ethernet over copper communications as shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the intersections listed below and as shown on the Plans. 1. Santa Barbara Drive and San Clemente Drive 2. MacArthur Boulevard and Villagio 3. MacArthur Boulevard and Bonita Canyon Drive 4. Bison Avenue and Bayswater 5. Birch Street and Von Karmen Avenue 6. Birch Street and Dove Street 7. Birch Street and Quail Street The Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. 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 51 Newport Beach Phase 2 16. POWER STRIP PART 1— GENERAL. 16.1 General Specifications The Contractor shall furnish and install one power strip at each signalized intersection listed below. The power strip 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 Jamboree Road & Back Bay Drive Wall Mount 2 Jamboree Road & Island Lagoon Drive Wall Mount 3 Jamboree Road & Santa Barbara Drive Wall Mount 4 Jamboree Road & San Joaquin Hills Road Wall Mount 5 Jamboree Road & Ford Road Wall Mount 6 Jamboree Road & Bison Avenue Wall Mount 7 Jamboree Road & University Drive Wall Mount 8 Jamboree Road & Bayview Way Wall Mount 9 Jamboree Road & Bristol St South 19 -inch Rack 10 Jamboree Road & Bristol St North 19 -inch Rack 11 Jamboree Road & MacArthur Boulevard Wall Mount 12 Santa Barbara Drive & San Clemente Drive Wall Mount 13 Bison Avenue & Country Club Wall Mount 14 Bison Avenue & Belcourt Drive Wall Mount 15 Bison Avenue & Bayswater Wall Mount 16 MacArthur Boulevard & Newport Place Wall Mount 17 MacArthur Boulevard & Birch Street Wall Mount 18 Campus Drive & Airport Way Wall Mount 19 Campus Drive & Dove Street Wall Mount 20 Campus Drive & ail Street Wall Mount 21 Campus Drive & Bristol St North 19 -inch Rack 22 Campus Drive & Bristol St South 19 -inch Rack 23 Birch Street & Bristol St North 19 -inch Rack 24 Birch Street & Bristol St South 19 -inch Rack 25 Birch Street & Quail Street Wall Mount 26 Birch Street & Dove Street Wall Mount 27 Birch Street & Von Karmen Avenue Wall Mount 28 Bristol St South & Bayview Place 19 -inch Rack 29 Dayview Place & Bayview Circle Wall Mount 16.2 Measurement and Payment This item shall be measured as each power strip complete in place. The contract unit price for power strip shall Include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, installing, 52 Newport Beach Phase 2 Specifications 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. PART 2 — MATERIAL 16.3 Wall- Mounted Power Strip The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall- mountable in NEMA cabinets (locations to receive ASC /3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall - mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 16.4 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 S. 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 1U space Rack- mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion ofthe 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 53 Newport Beach Phase 2 Specifications 17. TRAINING PART i — GENERAL 17.1 General This Contractor shall include system training for the City personnel for operations and maintenance of the following: • Fiber Optic Network • Ethernet System • CCTV System 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 of three (3) 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, 54 Newport Beach Phase 2 shall become the property of the City. 17.2 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 lamp sum price for the various bid items. No additional compensation shall be allowed. PART 2 — MATERIAL PART 3 — EXECUTION END OF SECTION 55 Newport Beach Phase 2 Specifications 18. ETHERNET RADIO SYSTEM PART 1— GENERAL 18.1 General Ethernet radio shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for the Ethernet Radio System, 18.2 Measurement and Payment This item shall be measured as lump sum for Ethernet Radio System complete in place. The contract lump sum price for Ethernet Radio System shall include full compensation for furnishing, configuring and installing Ethernet Radio on existing traffic pole, furnishing and installing CATS cable with power injector, and connection to Ethernet switch, including all labor, materials, appropriate connectors, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing Ethernet Radio System, 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 18.3 Description The Ethernet Radio System shall meet the following requirements: 1. 900 MHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 b/g compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include 150 feet of CATS cable and power injector The Ethernet Radio System shall be Encom EP- COUMPAKBB900IN or approved equal. PART 3 — EXECUTION — NOT USED 18.4 Configuration The Contractor shall configure the Ethernet Radio System with the IP addressing provided by Engineer. END OF SECTION 56 • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT APR 1�20c7 5 Agenda Item No. 6 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 PHASES 2 AND 3 CONSTRUCTION - AWARD OF CONTRACT NO. 3976 RECOMMENDATIONS: 1. Approve the project plans and specifications. 2. Award Contract No. 3976 to C.T. & F., Inc. for the Total Bid Price of $520,299.47, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $78,000 (15 %) to cover the cost of unforeseen work. DISCUSSION: At 10 a.m. on March 18, 2009 the City Clerk opened and read the following bids for this project: BIDDER Low C.T. & F., Inc. 2 Moore Electrical Contracting 3 TDS Engineering 4 Steiny and Company, Inc. 5 Christopher R. Morales, Inc. 6 Dynalectric 7 Republic ITS 8 Pouk & Steinle, Inc. 9 Terno, Inc. 10 California Professional Engineering, Inc. TOTAL BID AMOUNT $520,299.47 $564,321.00 $622,111.00 $635,892.00 $649,420.00* $743,703.50* $752,115.25 $771,407.25 $775,695.00 $788,204.65 * Corrected Bid Amount is $ The low total bid amount is 42 percent below the Engineer's Estimate of $900,000.00. The significant difference in the Engineer's Estimate and the low total bid is due to a 0 Traffic Signal Modernization Phase 2 - Award of Contract No. 3976 April 14, 2009 Page: 2 significant decrease in the cost of construction over the last few months. The low bidder, C.T. & F., Inc., possesses a California State Contractors License Classification C -10 as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Construction of Phases 2 (Jamboree Road Corridor) and 3 (Airport Area) of the Traffic Signal Modernization Project have been combined to expedite deployment of the new traffic signal system. The project includes installation of fiber optic communications, 13 CCTV cameras, and new traffic signal control equipment at 27 existing signalized intersections along Jamboree Road and within the Airport Area. The Phase 2 and 3 field equipment will connect to the City's Ethernet system through additional equipment to be installed at the Police Department. Additionally, the system has been designed to integrate into the Traffic Management Center recently completed through the first phase of the Modernization Project. During the first phase of the Traffic Signal Modernization Project, Staff became aware of issues regarding the reuse of existing conduit. Sections of the conduit had deteriorated or been damaged, making the installation of fiber optic cable difficult or impossible. Unfortunately, without exposing the conduit, the conduit condition cannot be determined during design. Considering the uncertainty of the conduit condition and to account for unforeseen construction events, Staff requests contingency funds in the amount of 15 percent. Staff envisions two additional purchase contracts necessary to complete Phases 2 and 3. Currently, Staff is negotiating a procurement contract with Econolite, Inc. to fumish and install traffic signal control equipment. The second contract will procure Ethernet communication equipment. A vendor for this service has not yet been chosen. Pursuant to the Contract Specifications, the Contractor will have 120 consecutive working days to complete the work. 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 two City prepared notices are 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. • Traffic Signal ModemizationnPase 2 -Award of Contract No. 3976 April 14, 2009 Page: 3 Geotechnical, Material Testing, and Survey Services: Geotechnical, material testing, and survey services are not anticipated for this project. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Account Number Amount Measure M Competitive 7284- C3002002 $ 250,000.00 Measure M Competitive 7284- C3002003 $ 249,500.00 Measure M Turnback 7281- C3002002 $ 98,799.47 Total: $ 598,299.47 Proposed uses are as follows: Vendor Purpose Amount C.T. & F., Inc. Construction Contract $ 520,299.47 Contractor name Construction Contingency $ 78,000 Total: $ 598,299.47 Prepared by: Submitted by: Brad Sommers en . Badum Senior Civil Engineer blic orks Director