Loading...
HomeMy WebLinkAboutC-4102 - 2008-2009 Traffic Signal Upgrades• • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK ULlani 1. Brown, MMC July 29, 2010 Mr. David Wuertz TDS Engineering 1014 South Westlake Blvd., Suite 14 -136 Westlake Village, CA 91361 Subject: 08-09 Traffic Signal Upgrades (C -4102) Dear Mr. Wuertz: On July 28, 2009, the City Council of Newport Beach accepted the work for subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on September 11, 2009. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 08929336. Enclosed is the Faithful Performance Bond. Sincerely, 4 - 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 zs, 0 As. apart of the : obligation secured hereby, art&in. addition to the face at int apeaW' n:. _ the Perttirmance. -Band, there shall be included costs °and reasonable expense! and ,tie#s;, . lncWirtg, teasonabfe4attomeys fees; Incurred byfhe City, onlyin the°ever.9.1he City !a re luked 0- bring: an action iR law or equity against Suretyto. enfon:e the obligations :of this: Bond:.. for rraftie tsaeivt r! sdptilates:;and agrees that tm .change extension ,.ot. time erat3on ©r additiops to:the.tt rrrs of the- Contract;ot to the vrork to be= performetl thoroiYnderflr: to the sRec fieatiatrs scwrnpariNng;t o sa[ne.shall in anyway ailed ita obligatfttns =csrt is;EFlirradi and ii does hereby:wai nQticx trP2riy*suckt. ; extension of 5me -aitwa f":orad8wons'e the Contra +vork or to-the e spe%aG ©ns h This Fa'ri i Pe(#on1tance Ban fsW be i�ciended'anti- maMined by- tie F'drfa !'irrfrtil irce=arni- 6ftfgr ace #year f©ltriuvirag the date Pfftirrmial:acptariGe c�ftfae #?rvbytFialy. to tlie:evant that the Prindpal:exea ed ttus bond'as -sh indiVidual, at �s agreed ktiei; the death 9f ai ysuc -Priholpal shall;notFextnerate ft -Surety ftrnl is obl nsi et thisiBo[t21c iN:lllit1VE55;WHEREOF; this, instiumantfi been dWy Pnn ai and u qty. Obbive:narned3 on'.the 1 st day of . Dew 200& � D�aid R. Wuertx, dent 1 ivEri jhwering;:tnc. iprificipai) Authtinzed Sigtiaiu FIDELITY AND DEPOSIT _ OMPANY OF MWimAND Nance ofsirraiy A txized Agent'S' - atu : 801 N. BRAND BLVD. MI( 1AEL dENDALR,CA 91203 ATTORNEY -IN -FACT Address of Surety Print Name and Trde •. • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Law d Company, which are set forth on the reverse side hereof and are hereby certified to be in full f0,60y' t 10 �a reof, does hereby nominate, constitute and appoint Michael A. QUIGLEY, of Laguna N' , ' s lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and is ed: any and all bonds and undertakings, and the execution of sac n Pese presents, shall be as binding upon said Company, as fully an is a i ey had been duly executed and acknowledged by the regularly t 't ce in Baltimore, Md., in their own proper persons. This power of attorge%�th e4p e A. QUIGLEY, dated March 17, 2005. The said Assistant Section 2, of the By- �m�at the extract set forth on the reverse side hereof is a true copy of Article VI, and is now in force. IN WITNESS WIIERrOF, the said Vice-president and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of March, A.D. 2008. ATTEST: 'so turor,� .` o 4 �� State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary By: Theodore G. Martinez On this 4th day of March, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and thew signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fast above written. +wa�ny �HYPITT' POA -F 012 -0626 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 0 0 CAL11FORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California on December 1 , 2008 before me, MEG QUIG=, NO'T'ARY PUBLIC ow New wen rsm. ON! Tft d go 0111W personally appeared MIC19M A. QUIGLEY Nemefe)alag s) MEG QUIGLEY m NDTARMPUBL117GCAl1FORNIA m ORANGE COUNTY (il M Term E . Ja 10, 2Of2 Pkft Nebry Seel AbM who proved to me on the basis of satisfactory evidence to be the person(so whose name(io istmo subscribed to the within instrument and acknowledged to me that heftbedb grexecuted the same in h authorized capacity(iiaii), and that by hisl xsignature(g) on the instrument the person(s), or the entity upon behalf of which the persons) acted, etecuted the instrument I certify under PENALTY of the State of Califb7K true and correct WITNESS my OPTIONAL Though Nte frrfomtailon below is not regered by Am H may Prove wusble to I and cadd prevent baudufent renlovaf and reaHadunent of this fomi Description of Attached Document Title or Type of Document Date: Number of Pages: Signer(s) Other Than Named Above: Capecity(les) Claimed by Slgner(s) Signer's Name: • Individual • Corporate Officer— Thle(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: RJURY under the laws foregoing paragraph is Signer's Name: ❑ Individual ❑ Corporate Officer — 1"dfe(s): ❑ Partner —❑ Limited ❑ General ❑ Atomey in Fact Top a rte,mb Here ❑Trustee rap a u,urro Here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 0 CALIFORNIA ALL-PURPOSE r r r aaM" cjYa k. 9' - .::>C..¢ -.i`a. x.>.i ,v. V; `3.V 'nvSi :�»:Y.: >YA. �.4sa- L:T�+V1%1'--U 9 State of California 1 County of Ventura J} On d> Ir before me, Elisha Ann Piuertz, Notary Public osb Here ftwt Name ehe Yoe dit oflrer personalty appeared David R tluertz Name(aj d sgeer(al 8 ELISHA ANN WUERrZ s R COMM. #1738438 R r 0TARy RWr-- CAtY0FU A u VENTURA q ty CasrwE ,may country mr .2011 Piave Notary seal AEOVe who proved to me on the basis of satisfactory evidence to be the person(s) whose name() is/me subscribed to the within instrument and acknowledged to me that he kit ftyt executed the same in his/&eWVMauthorized capacity(ims), and that by his/ttafiRmitttsignature(ji) on the instrument the person(tq, 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 tn�o 'vial as Signatu re signMUre d Nobry Pdab OPTIONAL Though lire iMOrmation below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document A Title or Type of Dccument:F'rTj.iui �+r�orr -�oneo no A- A4 Ojnjr a Document Date: _J_ d' ) - O)i Number of Pages: Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(s) Signers Name: David R Nuertz Individual President,Secretary, I$1 Corporate Officer— Title(s): Treasurer ❑ Partner —❑ Limited ❑ General 0 Attorney in Fact ❑ Trustee Top of mumb here • Guardian or Conservator • Other: Signer Is Representing: TDS Engineering A raliFnrnia rnrnnrafin I I Signer's Name: ❑ Individual • Corporate Officer — TMO(s): • Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee U Guardian or Conservator ❑ Other: Signer Is Representing: Top of mums hie V1 Jor1 f`.• CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK L.eilani I. Brown, MMC July 15, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following projects: Dover Drive Street Improvement Project (C -3652) Oceanfront Alley Water Main Replacement (C -4007) 08 -09 Traffic Signal Upgrades (C4102) Central Library Air Conditioning Rehabilitation (C -4138) Please record the enclosed documents and return them to the City Clerk's office. Thank you. Sincerely, Leilani I. Brown, M C City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TDS Engineering, Inc., of Westlake Village, California, as Contractor, entered into a Contract on December 09, 2008. Said Contract set forth certain improvements, as follows: 08 -09 Traffic Signal Upgrades (C -4102) Work on said Contract was completed, and was found to be acceptable on July 14, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. {„ Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. /I n q Executed on �� 15 UO r , at Newport Beach, California. BY ►.:�►� City Clerk 3 :t�j. w • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC September 11, 2009 Mr. David Wuertz TDS Engineering 1014 South Westlake Blvd., Suite 14-136 Westlake Village, CA 91361 Subject: 08 -09 Traffic Signal Upgrades (C -4102) Dear Mr. Wuertz: On July 14, 2009, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 23, 2009, Reference No. 2009000396511. The Surety for the contract is Fidelity and Deposit Co. of Maryland and the bond number is 08929336. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, Califomia 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us .�:.prrro irT � mi'I Piealiie+tfthlstrald ittduded hi i�ige BrrPan6e . . .(xitl mc."or. =nsli:ucuon,or v..."v I MArrIu.` *unnA_ ur "wrctcuw�.wnrr:�ca= of fte+riport:BeaoFi;;iii';striaf oonformity:wdit the "pWis, dravWpgs, "spe atiga: .0666 Yrbnts':in the;;otilce; of the Pub ftc Wo[ Its; I)eCparlirrerit of;tFie =:f ter 4fi hL wYiieFa ete iribmp a ".!herein by'this reference: W.0EAILAS, P.rihcfpal.has executed oris about =ta"executie ^Cott M teITmi#i er8of.regxifr ttie fumisfiing "af:a" bond •prorridingtthaGfiB Piro i i svbcantraciors :sht3tU.ftil to pap�for arry materials, provisions," "ar•.nbMir,sup for '•.ot at7isii# ihe5.:fierfbrrmance -of the. work•agreed; to be done, 'orlbr:�azry ftieieb :+ f.afry °kitYCG "thd7Surety on.this blind Wli�paythe same'.toifie "extent,A NOW'i THEREFORE, ' We the unde*pe`d : _ ..' � ANp_MIRRQgrP tom. EF MARYLAND ri�ilir'.,mdk Business under, he lavA of the•Stafe of'Cal he�!':firrr3lplaoundunto#he City; of Newport _E one !4u6Ovbd -Twat.dy-S eveh- -and OMCC SaoArnecica,.saidsum_di ng:equat:to. N Ftpnrt8ea�ia ender1he-terms of4w, Cnnt ti9ad iirset es o.•ur belle: executors' and ss- ye�:ali+��"urtiiCTr�Y: i��• #iE tlGlfi OF THIS OBUhf subWnivAidbra, fef i ta: •pay -for any .motel :.rl tiNary tn, tipQrr,: for, or abouCttte.f OF ita; a7f}rtxsUOrr _. . _" . then. C.On OO; . l3eacti; .Atl:.a� nrth to .liansaet . . fru whi :Payment ..nd truly to be -Reds, fid iinistretors,: suer .... �seor� �r�r:assigers,.. jp9rt#IjairdL or or ppter,:supppes, •Impiemonzs or a;tt�orttwaedfo•6e m, dor Qr for, irfis $Yle;° under — U;­. 74j?ini nf, °. y:arrira!•!17ts'reelu3fed;IG be dedi7i ed; . t "tpieiif'sfrtsitYUi', wEiges': of:' tectroF ISM.- ffW# O""' Aft a 5vrety wi+ k forthrt sarrie;;in,ark ie "fui by.tpd:,Gtigktoa tequk.e l�aia> ThezBond. shalt : inure to.. ft benefit` of any and all persons, eomparIes,:an�.:cofpwatidns erHi ed:#n fife clah*.under Seaton 3181 of the Califomia;CMI Code so:asloViue a rr�t'.ofaction to thern ortheir assigns in anysuitbroughfupon.lhfs Bond, as required by- a0d.ih ;.e=rdance, with the provisions of Sections -3247 et. seq. of the GMI-Codeof Ow State.of Galifontia: And'Surety,.fotvafue:received, hereby s0pulate s and. agrees,tfiatsto.s~ttanga: eztensic>rrot time;:,alWr_aWns 'or'.atfdlHons to the terms of the: Contract or .to She. work to.,ba:p.edbnTW-d: thereP.nder or the spe bons. accompanyinone sameshali in anywise a#fpct ifs c6loplOft, r n. tilkE lOhd,: arid. itdoe.bq reby- wanrenoffce: of any- - suctr: chaage ,exteaddnof'tlmei;alferatrons, r: ad ions to:tiie errais Of-If Gorstt°act'orto the work orto;the spectOca4ons.- Iffl .event fttany_principai atwve- named- executed this.Bi�ttf8s an a fsrriduai it[�S . agCe f.,_thatthe.:deaffi of:.any;such principai.shali not exonerate ti'te�Sirety.:fralrr,ite obhg its:... ur det"�;it tBond: INWYMESSWHERM17.1his fnstrument'hes been duty executed <by thea above: naxhedir:: . . PrinninsSl- .anii- Ri�refv-iiii 1Hii 1st: rlav of _ r1A:. . 7'DS:iErigirieerigg�,lna:` (Piinapaf) AM U3 PWTT ' gGNtpANY OF MARYLAND. '- (4sr�i�ofSuYety 801 N. .SRAM BL.,gERgOALE,CA 91203 Adgd ass .of Surety. . (81.8}409 -2800 Telephone . Authorized I 0 0 Power of Aftomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: Thal the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -La d Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and e f t reof, does hereby nominate, constitute and appoint Michael A. QUIGLEY, of Lagugin Vo%mrirb—F aese lawful agent and Attorney -in -Fact to make, execute, seal and deliver, for, and ed: any and all bonds and undertakings, and the execution of so presents, shall be as binding upon said Company, as fully an is ey had been dul y executed and acknowledged by the regul, t 't more, Md., in their own proper persons. This power of attor4e� th a A. QUIGLEY, dated March 17, 2005. The said Assistant Section 2, of the By -] �6t`#Itat the extract set forth on the reverse side hereof is a true copy of Article VI, and is now in force. IN WITNESS W4P)), F, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of March, A.D. 2008. I:rMYp.`YII� nw �i 4 State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary By: Theodore G. Martinez On this 4th day of March, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Z, � or'- Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 0 • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California Courtly of ORANM On December 1, 2008 before me, IG QUIdEY, NOTARY PUBLIC Ds Hera bw&t Mare ad T& d It* oAkw personally appeared MICHAEL A. QUIGLEY h i(s) m MEG QUIGLE� U COMM...1786547 q m NOTARY RU[lLIGCAt7FORlyIA -I ORANGE COUNTY 1J 7A Term Exp. Jan 70. 2072 Plain NNaY SW AOae who proved to me on the basis of satisfactory evidence to be the person(4 whose names) fsime subscribed to the within instrument and acknowledged to me that hetabaNwexecuted the same in hisibmArsitr authorized capacity(iW, and that by his signature(* on the Instrument the person( §J, or the entity upon behalf of which the persons) acted, executed the Instrument. I certify under of the State of true and corm WITNESS OPnONAL — Though Me inAxmrffilon below is not required by lat4 It mWpaim Wunble and WuU prevent lraudutent'remmW and reattedimeat of this A Description of Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signers Name: ❑ Individual . ❑ CorporateOfffcer— Title(s): ❑ Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ O"W.. Signer Is Representing: RIGHTTHULIGPRikT' OFS!G6ER PERJURY under the laws the foregoing paragraph is Number of Pages: Signer's Name: ❑ IndMdual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑Unified ❑ General ❑ Attorney in Fact ❑ Tlustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIG:1 f 1'HUL'GfRi11T oF�ICmr:R 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Ventura On AQ -br before me, Elisha Ann Wuertz, Notary Public nw re,e i demo em m tte personally appeared David a Wuertz s ELISHA ANN WUERTZ s R CodlA.tt738036 R U LeNOTAMPUBM- GUFOFNrA U .,oeoeeo cMll.ww .petl Ru dmery reel Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(g) is/me subscribed to the within instrument and admolMedged to me that he /Ajw,M= executed the same in hisMINVOW authorized capac!Wfts), and that by his/haditisittsignature(g) on the instrument the person(s), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Slate of California that the foregoing paragraph is true and correct. WITNESS my nd ail I fficial ( , Signature �A �WjJ,t Sgnebre it,., IDL'c OPTIONAL Though the information below is not required by law, it may prove valuable to parsers retying on the document and could prmant fraudulent removal and reattachment of thla form to another document. Description of Attached/ Document Tills or Type of Document: Lp6, P+%` %lA- l'•i^;e�.1 I YYw.0,+1 3uo-1 - 1y v�l Document Date: ) .): I - O )( Number of Pages: Signer(s) Other Than Named Above: Capaoity(ies) Claimed by Signer(s) Signer's Name ❑ Individual President,Secretary ® Corporate Officer — Title(s): Treasurer ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee Top or thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: TDS Engineering A rwli Fnrnin rn Pnrat_inn Signer's Name: • Individual • Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney In Fact ❑ Trustee Top of numb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: F�FXEI1J LIJ's 0� (Y. (AcrlA He':Ordr,, �l~ �j,,nqe Csunfy RECORDING REQUESTED B WHEN RECORDED RETURN TO: ; ?:f I R"11I IoII,.,II !!II I'I'II I I I" II 11 AUG IN —3 IM 9, 5�)t)90003961;1103-0opm 07123!09 City Clerk ,, ,, , N i2 i City of Newport Beach OFFICE OF o ou u ua a uo a uu a uu a uu it ou u nu 3300 Newport Boulevard THE CITY CLERK Newport Beach, CA 92663 G1Y OF NRYPORT 8E0 "Exempt from recording fees T pursuant to Government Code Section 27383" I IQ NOTICE OF COMPLETION Iv NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TDS Engineering, Inc., of Westlake Village, California, as Contractor, entered into a Contract on December 09, 2008. Said Contract set forth certain improvements, as follows: 08 -09 Traffic Signal Upgrades (C -4102) Work on said Contract was completed, and was found to be acceptable on July 14, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. M (.6 Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. t q Executed on \�� I�I I at Newport Beach, California. i f � ,{�ECEI� �ded in Official Records, Orange county RECORDING REQUESTED BY A �� D ly, Clerk- Recorder WHEN RECORDED RETURN TO: Il! I�II1 II1 iIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIInIIIII ►IIIHIIIINO FEE 7109 AUG 18 AM 920000425798 08:18am 08107109 City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 100 286 N12 1 pFFICEE OF0.00 0.00 0.00 THE CITY US CITY OF N1EY "Y 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TDS Engineering, Inc., of Westlake Village, California, as Contractor, entered into a Contract on December 09, 2008. Said Contract set forth certain improvements, as follows: 08 -09 Traffic Signal Upgrades (C -4102) Work on said Contract was completed, and was found to be acceptable on July 28. 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. P,dblie'Works Director City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on SU�� �,�) at Newport Beach, California. BY City Clerk �Q 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC July 29, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following projects: Balboa Island Bulkhead and Seawall Repair (C -3962) 08 -09 Traffic Signal Upgrades (C -4102) Please record the enclosed documents and return them to the City Clerk's office. Thank you. Sincerely, 4 . PWI.- Leilani I. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. Callfornia 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TDS Engineering, Inc., of Westlake Village, California, as Contractor, entered into a Contract on December 09, 2008. Said Contract set forth certain improvements, as follows: 08-09 Traffic Signal Upgrades (C -4102) Work on said Contract was completed, and was found to be acceptable on July 28, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. j?dblie'Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY p�-L- 9- h� City Clerk 4p 4 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agende JUG 9 8 2099 July 28, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers, Senior Civil Engineer 949 -644 -3326 or bsommers @city.newport- beach.ca.us SUBJECT: FISCAL YEAR 2008 -2009 TRAFFIC SIGNAL REHABILITATION - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 4102 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 1 year after Council acceptance. DISCUSSION: On December 9, 2008, the City Council authorized the award of the 2008 -2009 Traffic Signal Rehabilitation Project to TDS Engineering. The contract provided for renovation of the following two existing traffic signals: • Irvine Avenue at Santiago Drive and • Newport Center Drive West at Santa Barbara Drive Battery back -up systems were also added to the following existing traffic signals: • Coast Highway at Pelican Point Drive • MacArthur Boulevard at Vilaggio • MacArthur Boulevard at Von Karman Avenue The contract has now been completed to the satisfaction of the Public Works Department. Fiscal Year 2009 Traffic Signal Rehabilitation Project - Complet4knd Acceptance of Contract No. 4102 July 28, 2009 Page 2 .. A summary of the contract cost is as follows: Original bid amount: $208,127.00 Actual amount of bid items constructed: $207,127.00 Total amount of change orders: $2,529.76 Final contract cost: $209,656.76 Two change orders totaling $2,529.76 were approved to relocate traffic signal equipment that conflicted with existing underground utilities. The final overall construction cost including change orders was less than one percent (0.7 %) over the original bid amount. A summary of the project schedule is as follows: Estimated completion date per June '08 schedule: May 20, 2009 Project award for construction: December 9, 2008 Estimated completion date at award: May 29, 2009 Actual substantial construction completion date: May 20, 2009 All work was substantially completed as original scheduled. 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. In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Funding Availability: Construction Incidentals Total Project Cost $209,656.76 $175.99 $209,832.75 Funds for the construction contract were expended from the following account: Account Description 08 -09 Traffic Signal Rehab. Project Prepared ,(Brad Sommers Senior Civil Engineer Account Number Amount 7261- C3001007 $209,656.76 Total: $ 09,656.76 !ub r Stephen G. Badum vearePublic Works Director a • 9 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 November, 2008, at which time such bids shall be opened and read for 08 -09 TRAFFIC SIGNAL UPGRADES Title of Project Contract No. 4102 $229,670 Engineer's Estimate +Cephen G. Badum blic Works Director Prospective bidders may obtain one set of bid documents for $10 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "C -10" For further information, call Brad Sommers, Project Manager at (949) 644 -3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.city.newport-beach.ca.us CLICK: e- onlineservices l e- bidPublicWorks 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 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 comr+ini ooOVISIONS ................................................................. ...........................SP -1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in 1111$/06 9:16 AM • Page 1 substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 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 Ad". 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. b6?o73 RAC-lo Contractor's License No. & Classification TDS Engineering A CaUnia Corporation Authorized Signature(Title David R. ftertz, Presidert4 1 / -t3 -c) Date n -d. 4 1113108 10:22 AM • • Page r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 BIDDER'S BOND We, -the undersigned Principal and Surety, our successors and assigns,, executors, heirs and administrators, agree to be jointly and severally held and fkmty bound. to the City of Newport Beach, a charter city, in the principal sum of *TEN PERCEW OF AMODt`TP BM* Dollars ($***10$*** ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 08-09 TRAFFIC SIGNAL UPGRADES, Contract No. 4102 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 mairmg of 'Notification of Award', otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this - 13th " day of November 2008. TAS ENGIlNEERII3G Name of Contractor (Principal) FIDELITY AND DE 0SIT CD. OF MARYLAND Name of Surety 801 N. $RAND BL.,GLENDALE,CA 91203 Address of Surety (818)409 -2800 Telephone MICHAEL A. QUIGLEY,ATMRNh'Y- IN-FXV Print Name and idle (Notary acknowledgment of Principal & Surety must be attached) 0 0 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -La 4SM10' Company, which are set forth on the reverse side hereof and are hereby certified to he in full force and eff t @� reof, does hereby nominate, constitute and appoint Michael A. QUIGLEY, of Laguna N' lawful agent and Attorney -in -Fact, to make, execute, seal and delivei8ofs eed: any and all bonds and underKaldngs, and the execution of suc Pin presents, shall be as binding upon said Company, as fully an ey had been duly executed and acknowledged by the regular) t "t more, Md., in their own proper persons. This power of attor4a.)s '¢0 th e� q e A. QUIGLEY, dated March 17, 2005. The said Assistant'& Section 2, of the By- IN WITNESS WA affixed the Corporate A.D. 2008. ATTEST: 'gyp orvos�r +a W ` ° e i � Itl� �_ 4 n the extract set forth on the reverse side hereof is a true copy of Article VI, and is now in rose. SREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of March, State of Maryland City of Baltimore J FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary By: Theodore G. Martinez On this 4th day of March. A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year fast above written. 8 POA -F 012 -0626 Dennis R. Hayden Nola?), Public My Commission Expires: February 1, 2009 0 0 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2, The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate: and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 13th day of November , 200A _. �,, /), - u Assisra iSecretary • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE On hlolmmbE 1302008 before me, MEG QUIGLEY, NOTARY PUBLIC oem rierehuertrbe„ meoarer personally appeared MICHAEL A. QUIGLEY . N,me(e) of 9parcs) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(m) isim subscribed to the =%NOTAR --..�, within instrument and acknowledged to me that MEG pUIGLEy B hels cexecuted the same in hiss authorized OMM...1786547 capaary(tes), and that by hissignature( on the Y MN ICGCALIFORNIA —ni instrument the person( *, or the entity upon behalf of ORANGE couNTy W which the person($) acted, acecuted the instrument ern Exp. January 10, 2012 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS PIRMrm>aaaOMAM Signature OPnoNAL Though the informatlon below is not required by law it may prove valuable to per and could prevent hauAdent removal and reatfadtment of dw loan to Deaeriptlon of Attached Document Tdle or Type of Document. Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signet's Nan ❑ Individual • Corporate Officer— Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Tntstee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUh1GRRMT o- sicraeR Number of Pages: Signer's Name: • Individual • Corporate Officer — Thiele): ❑ Partner —❑ Limited ❑ General • Attorney in Fad • Trustee Top of thumb here • Guardian or Conservator ❑ Other: Signer Is Representing: 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of QA0r/V6E On'`r (orem 6 Date personally appeared who proved to me on the basis of satisfactory evidence to be the person whose name Is/ subscribed to the P �J within instru ent and acknowleldged to me that L Wftej6TOR he/saQy" executed the same in Ais* authorized Camnimm its capacity(, and that by his/o&*w signatureQKon the instrument the persor q, or the entity upon behalf of courley AC certnr.6q�gM which the persohnnacted, 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 he o i ial seal. Place Notary Seal Abaw Signature Sigaslure of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer—Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER in ND Number of Pages: Signer's Nal ❑ Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RGOF M BINeR T C 02007NaEOnalNWryAssodaton -9 Oa Soto AV..P.O.B= 2402•ChaL o6h,CA91313- 2402,w .Nalior Npnryorg Ilnm A09UT Re r.Cel TORFreel4Wwrr66W 0 0 r+oTxw�znw i � - SLOW i A rtaaa�nrroa oaiaMOa ��xa,4 YKNOM > yk%ga ""gm aw As .a vm a9egxi mm;,a Best's Rating Center - Corn 6y Information for Fidelity and Dep Company ... Page 1 of 2 Center !' I1 View Ratings Financial Strength Issuer Credit Secuiiiea Advanced Search Industry Research I Search Best's Ratings I Fidelity and Deposit Company of Maryland Press Releases 1. ,remhe,at ze.e.N F„.— gayss., AMaeete'Omm muep:2eb06 FeNY: 030465I7 Related Products / Address: 1400 American lane Industry & Regional Schaumburg. IL 60196 -1056 Country Risk Best's Ratings Financial Strength Ratings View Definitions Structured Finance How to Get Rated Rating: A (Excellent) Affiliation Code: g (Group) Contact an 'y3t I Financial Size Category: XV ($2 Billion w greater) outlook: Positive Action: Affirmed Effective Date: December 11, 2007 Phone: 847 6056000 Fax: 847-605 -6011 Web:..zunchna.com Other Web centers: Sda Tors.., a asaigneE W Cdnpanree lnal have. — wapingn.anarcNianldOJiya &Urea anNwnv em�Nm.�e w palKmdae,a nt Issuer Credit Ratings View Definitions Long Term at outlook' Positive Action: Affirmed Dale: December 11, 2007 ' Denotes Under Review Ratings. See rating definitions. Reports and News Visit our NOWSRown for the latest users_ and .pmees5 releases for this company and its AN east Gmup AMB Credo Repel - Inwrance professional (Unabridged) (formerly known as Best's Company Report) - includes Best's Fin: rationale along with comprehensive enelyecal commentary. detailed business overview and key financial data. Report Revision Date: iymina0s (represents the latest Significant change) a Historical Reports are available to AMB Credit Repel Insurance Professional (Unabndged) Archive. g Best's Executive Summary Reports (Financial Overview) - available in three versions. these piesenlalion style reports feature balance s —4' key financial performance lost6 mdudmg orordabibly. Boutd4y and reserve analysis Date Status: 2008 Best's Statement File -PIC, US Commas dma compiled as of 1 VIW2008 (Quality Cross Checked). - angle_Com °tiny -five years of financial dma specifically on tits company a Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies you select. P Composite - evaluate this compamfs financials against a peer group composite Report displays both the average and total composite, group. ('` 5 AMB Credit Report - BustriM.Prolf SSmarif � provides three years of key financial data presented with colorful charts and tables. Each re I.o- ° —}"}j, latest BesPs Ratings. Rating Rationale and an excerpt from our Business Review commentary Y^ `r` Data Status: Captains data compiled as of w1:v2 a8 (Quality Cross Checked). Best's Key Rating Guide Presentation Repo" - mcWdes Bears Financial Strength Rating and financial data as provided in Bears Key Re Data Status: 2007 Financial Data (Quality Cross Checked). a. Financial and Analytical Products Best's PropelylCasuahy, Center - Premium Data & Reports Beers Key Rating Guide - PIC, US & Canada Best's Statement File - PIC, U$ Best's Statement File - Global Best's Insurance Reports - PIG, US Suds Bests Slate Use - PIC. US Bests In6uianceFapensa- Exhlin (IFE) -P /C, US eeal's Schedule F iRemsvrancel - P /C, U$ Best's Schedule D iRllmopal goods) - US Beers ScpeduLO iovmmon s(gd44): -U$ Best's Corporate Changes and Retirements - PIC. USICN BesPs Schedule P (Loss Reserves) - PIC. US Bed's Schedule D - Hybrid - PIC & UH, US Bat's Schedule D (Corporate Bonds) - US Customer Serviro I Pr0DuG1 Support I Member Center I Cassel Into I 4ZOggrli About A M. Best I She Map I Privacy Policy I Security I Teams of Use I Legal & Licensing http: / /www3.ambest.com /ratings /FullProftle. asp ?BI= O&AMBNum= 387&AltSrc =1... 11/19/2008 1111$!08 9:17 AM • • Page 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08-09 TRAFFIC SIGNAL. UPGRADES CONTRACT NO. 4102 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 Ram Description of Work et Number Total Bid Address: Phone: State License Number. Name: Address: Phone: State License Number: _ Name: Address: Phone: State License Number: TDS Engineering — Bidder A Galitornia Corporation Authorize igna ure i e David R. Wuertz, President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name rm gneuw glom FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number sa, FlTI"bo Project Description Approximate Construction Dates: From To: 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. 0 No. 2 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person I] 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. IJ L 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. 9 11/19!08 9:17 AM 9 • Page 3 No. 6 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 Gaims 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 rre of the person who will beJesivli as onstructtoi SuperintendenT-or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to an appraisal o e a ctor's current financial conditions. TDS Enoineerina Bidder A California Corporation Authorized Signature/Title David R. Mertz, President 10 • 0 Experience of key personnel: Elisha Wuertz, Vice President in charge of all field operations. B.A. in Economics from Tufts University. 16 years in the Traffic Signal /Street Light Industry with TDS Engineering Zack Plagenza, Foreman. State Certified Electrician, IMSA certified, Traffic Signal Level l Technician, Certified Work Zoned Safety Specialist. 14 years in the Traffic Signal/Street Light Industry with TDS Engineering Art Graham, Foreman. Operating Engineer, IMSA certified, Traffic Signal Level I Technician. Certified Work Zoned Safety Specialist, Certified in Storm Water Pollution Prevention by Shasta College. 32 years in the Traffic Signal /Street Light Industry. 16 years with TDS Engineering Jason Plagenza, Foreman. State Certified Electrician, IMSA Certified, Traffic Signal Level I & II Technician. Certified Work Zoned Safety Specialist. 15 years in the Traffic Signal /Street light Industry with TDS Engineering 1014 South Westlake Blvd, Suite 14.136 Westlake Village, CA 91361 (805)371 -4639 FAX (805)- 494 -0757 State License #667073 A, C -10, e-mail: elisha @tdsengineering.com 0 0 Following is a list of our references, projects and their completion dates: Mr. EIS Najm California Department of Transportation 2491 East Orangethorpe AVenue Fullerton, CA 92831 (714) 680 -7826 Office (949) 279 - 8826 Cell I•� Contract 12- OE1604 Completion Date 9/07 Total Value $ 2,659,544 CMS Mr. Danh Thai California Department of Transportation 2491 East Orangethorpe Avenue Fullerton, CA 92831 (714) 680 -7829 Office (949) 279 - 8803 Cell z) Contract 12- OE1004 Completion Date 4107 Total Value $1,194,504 Ramp Widening and Ramp Metering with Fiber Optic a) Contract 12 -OG7704 Completion Date 7/07 Total Value $244,922 Mr. At Perez California Department of Transportation 7177 Opportunity Road San Diego, CA 92111 858) 467 -4093 Office 858) 688 -1519 µ) Contract 11 -08974 Completion Date 1107 Total Value $ 192, 721 Sign Structure and Fiber Optic Contract 11- 269404 Completion Date 2/07 Total Value $ 288,292 Traffic Signal Ms. Monica Fernandez City of Santa Clarita 23920 Valencia Blvd, Suite 300 Santa Clarita, CA 91355 (661) 255 -4332 .)Cash Contract S2016 Completion Date 9/07 Total Value $ 699,211.00 Traffic Signal and Interconnect with Fiber Optics 2899 Agoura Road, Suite 171 Westlake Village, CA 91361 -3200 (805)371 -4639 FAX (805) -494 -0757 State License #667073 A, C -10, a -mail: stephen@tdaettgineeting.com 11/13/08 9:18 AM • ' Page 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of o r.Q ) being first d 6y sworn, deposes and says that he or she is of'�1 S the party making the foregoing bid; that the bid is not made in the interest of, or on behalf oT, 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 undisdosed person, partnership, company, association, organization, or corporation; that the bid is genuine and riot collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, prof, 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�eae he foregoing is true and correct. f�aMdR tyA6�nA A .1` Bidder,.,ll3 rove ¢ P� t 0 �b^�^� - Authorized a ld R. Wuertz, President Subscribed and swom to (or affirmed) before me on this day of , 2008 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 1 certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. Notary Public [SEAL] My Commission Expires: 1' 11 0 0 CALIFORNIA ALL�PURPOSE ACKNOWLEDGMENT <>5,:.. State of California County of Ventura On before me, Elisha Ann Wuertz, Notary Public Dale Here fnea,l Nai MJ TWO Cd ft omm personalty appeared David R Wuertz s ELISHA ANN WUERTZ s a CCAfM.#1735036 R u NotMYPUBUC- cNff'0 A u l VENT lm CotNTY ►H Coe.�rsson Emy. r,1tf 07,2011 t Ram N ,y Sect Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(W is/ape subscribed to Me within instrument and acknowledged to rite that helghWAigftttexecuted the same in hlstIMINAtltauthorized capacity9w), and that by hituttebthehxsignature(R) on the instrument the person(gg), or the entity upon behalf of which the person(v) 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 a d official sea Signature SWmaae 61 NoWY POW OP77ONAL Though the information below w not requrred by law, it may prove valuabte to persons, refyrrrg on the document and could promm fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: / vJTl 6o41 W i o n AL\ ( RiPw Document Date: ) I , I :?' Signer(s) Other Than Named Above: Capactty(les) Claimed by Signer(s) Signer's Name: David R Wuertz Individual President,Secretary K Corporate Officer— Title(s): Treasurer Partner — Limited ❑ General 11 Attorney in Fact l 1 Trustee Guardian or Conservator * Other: Signer Is Representing: TDS Engineering A Valiforuia Corporation w Z EB Number of Pages: Signer's Name: Individual 1.1 Corporate Outer — Title(s): U Partner —❑ Limited G General ❑ Attorney in Fact Q Trustee Top of Numb here U Guardian or Conservator ❑ Other: Signer Is Representing: 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 DESIGNATION OF SURETIES Bidders name. rz)-T we,t,,e,n9 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): Fly T,4 r Z)cPavT OF aaklizgpo 801 n fiKAnd &vk) G r)A O CS6/7WZ , G SFRulnr 3co✓C �9 4/ 6,4f,411 04 l A9u/IR /1 i 9u . y [ A 9.i67i 9y9.5y569,z1 12 0 . • From: David Wuertz <david @tdsengineering.com> Subject: Re: insurance Date: October 31, 2006 10:59:44 AM PST To: Stephen Jackson <stephen @tdsengineering.com> Liability and Auto: Stone, Harris and Stone 17835 Ventura Blvd., Suite 210 Encino, CA 91316 (818)776 -2700 F.(818)776 -2722 Workers Camp: State Fund 2901 North Ventura Road Oxnard, CA 93036 (805)988 -5200 F.(805)988 -5201 On Oct 31, 2006, at 10:35 AM, Stephen Jackson wrote: David, When you can, please send a list of the different insurance companies along with their addresses and phone numbers, for my Me. Newport In this case wants them. Thanks, David Wuertz davidOtdsenaineerina.com 2899 Agoura Road, Suite 171 Westlake Village, CA 91361 (805)494 -7919 Direct Phone (888)871 -4177 Direct Fax CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name T.OS &n9lnGf�R /n9 Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Yearof for for for for for Record 2007 2006 2005 2004 2003 Total 2008 No. of contracts K y� 61 6 v Sb' 6k 361 Total dollar Amount of Contracts (in Thousands of $ ) 7 80 Lo_. 6 4 'W 4 Y y io, 72 No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment 0 0 0 0 The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 1 11113/08 9 :18 AM � • Page 5 MS Engineering Legal Business Name of Bidder _ 1014 S WESTLAKE BL # 14-136 Business Address: WESTLAKE VILLAGE CA 91381 Business Tel. No.: (805)371 -4839 Fax 494-0757 State Contractor's License No. and Classification: 7073 AA C 1c7 Title ^ David R. Mertz. Presidant 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. IV,V VI ' bidder Date _® // - ! 3 t Title nwi!{ R, turd —! bidder Date 1 ! -("I - o Title ��- Ui bidder Date Title Signature of bidder Date Title 1 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. TDS4ftneering /j t 4ifo f*Cc*oration Dimcl R. VNLArta President Igyid R. Wuerta, Secretary David R. Wuertz, Treasurer 14 E CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California E County of Ventura On ) /'% ,3 '0y before Me, Elisha Ann Wuertz, Notary Public Dale 11eR 4leerl Nmro atl d tln eflkx personally appeared David R Nuertz 9 E) s ELISHA ANN WUERTZ s R COMM.81T38036 R u mOTWYPUBUIC- CnLFORM u t va TUI* COUNTY p rYcm�a,Em.Moim.sott Plc N=t Seal who proved to me on the basis of satisfactory evidence to be the person(s) whose name(W islet subscribed to ft within instrument and acknowledged to me that he/she gify executed the same in hislW010 audwrized capacty4m), and that by hisfhaa' signature(§) on the instrument the person(s), or the entity upon behalf of which the person(�1 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 h P a fficial seal Signature '1//�/"t� Pdd OPTIONAL Though the information below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this farm to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capaclty(les) Claimed by Signer(s) Signers Name: David R Nuertz I i Individual President, secretary ® Corporate Officer — Tldle(s): Treasurer ❑ Partner — El Limited ❑ General ❑ Attorney in Fact Li Trustee Top of thumb hem ❑ Guardian or Conservator ❑ Other: Signer Is Representing: TDS Engineering A r`al ifnrniw nnr�nrwY inn Number of Pages: Signers Name: ❑ Individual U Corporate Officer — Titls(s): ❑ Partner — D Limited ❑ General G Attorney in Fact D Trustee I.I Guardian or Conservator ❑ Other: Signer Is Representing: V"* 0600101'46404 1-00 ffi NNAR' .1w, ROOM qffo"� Top of lhw b here CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 ACKNOWLEDGEMENT OF ADDENDA Bidders name T.c'!QL 1 The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporat TDS ENGINEERING 1014 S WESTLAKE BLVD SUITE 14 -136 Business Address: WESTLAKE VILLAGE CA 91361 (805)371 -4639 FAX 494-0757 Telephone and Fax Number: California State Contractor's License No. and Class: 667073 Ar.10 (REQUIRED AT TIME OF AWARD) Original Date Issued: /--73 Expiration Date: 4/109 - List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: S7'F,46 L okson, 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 DAVID WUERTZ • PRES, SEC & TREAS. F ICHA WuFRTZ • MGR Corporation organized under the laws of the State of GA 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. no Have 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 17 11/13/08 9:19 AM 0 • 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. MS Engineering A California Corporation Bidder No before me, David R. Mertz, President (Print name of Owner or President Ora Authorized Signature/Title David R. Wuertz, President Title P l -13— tits Date Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 18 f Page 6 a • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Ventura On 1/-13-0'Y before me, Elisha Ann Wuertz, Notary Public oath /lma omen 11ema eMTltle d flm OtROe, personally appeared David R s ELISHA ANN WUERTZ s R COMM.ff17=6 R D NOTARY PUBLIC- OALffetWA V 1 VErn"COUPM kq Cwldwill Eqt. May 07. 2011 vacs wm sw n who proved to me on the basis of satisfactory evidence to be the person(s) whose name(p) ishae subscribed to the within instrument and acknowledged to me that he%f}hL44@jt executed the same in hi%ft*MKauthorized capacity#w), and that by hisAwal aiasignature(g) on the instrument the person(K), 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 Calfcr that the foregoing paragraph is true and correct. 1 WITNESS myMallid arW oUigial seal. OPTIONAL 7houvt the iMwmation betow is not required by law, it may prove vatuabte to persons raying an the document and could prevent fraudulent removal and mathwhmeM of this brm to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: None Capaclty(Wa) Claimed by Signer(s) Signer's Name J Individual President,Secretary, * Corporate Officer— Title(s): Treasurer I Partner —C Limited C General Attorney in Fact L Trustee Top of thumb here C Guardian or Conservator C7 Other: Signer Is Representing: TDS Engineering A ralifnrnia rnrnnrafinn �J Number of Pages: Signer's Name: Individual Corporate Officer — Title(s): _ Partner — O Limited ❑ General Att omey in Fact D Trustee :1 Guardian or Conservator =, Other: Signer Is Representing: Top or rhumb harm 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 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. 19 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08 -09 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 CONTRACT THIS AGREEMENT, entered into this q; -day of `_c 2008, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and TDS Engineering, 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: 08 -09 TRAFFIC SIGNAL UPGRADES The work necessary for the completion of this contract consists of traffic signal modifications at the Newport Center Drive West/Santa Barbara Drive intersection and the Irvine Avenue /Santiago Drive intersection per plan T- 5994 -S. 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, Bidders Bond, Non - Collusion Affidavit, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4102, 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. 20 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Eight Thousand, One Hundred Twenty -Seven and 001100 Dollars ($208,127.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 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 CONTRACTOR TDS Engineering, Inc. 1014 S. Westlake Blvd., #14 -136 Westlake Village, CA 91361 805 - 371 -4639 805 - 494 -0757 Fax F. INSURANCE Without limiting Contractor's indemnification of City, and rip 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. 21 0 0 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 Coverage. 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 sugh 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 Coverage. 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 volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. `N 0 0 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 sleeted or appoint d 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- .shal�be pr n r°Y'irtsurarice andfpr °prt�nar r siu re 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 oritridu[0 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 righYS of sfbrogation :against City, 'its elected or appointed .officers, agents,lfotFiciats, �, ramployees Tand 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. 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. 23 0 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 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 H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 24 n u 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. CITY CLERK CI A ZF�bN VED AS T'O By� C. HARP (Corporate Officer) Assistant City Attorney Title: DBVId R. W*ft, Nwi*M amen Bye (Financial Officer) Title: — res�r� Print Name-14 Please note: Corporations must complete and sign both places above even if each office is held by the same individual 25 • 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT n, State of California County of Ventura On %;i- " 0t before me, Elisha Ann wuertz, notary Public owe Here maen dm nth personally appeared David R Wuertz s R u C ENtLy g ICmMCvN nDeiM sR g1JAoS. n NLu Wy O . PwA Z s A Ea 3 TSHA rt7 u Exp we10J 2011 p1p. Nomry Sew � who proved to me on the basis of satisfactory evidence to be the person(&) whose name(#) is(m subscribed to the within instrument and acknowledged to me that helahrA t executed the same in his/l9tiWl4t<iOKauthorized capacity s), and that by histheilttrxsignature(g) on the instrument the person(s), or the entity upon behalf of which the person(W 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 nd d fhcial I. ( , Signature 9�9hva a{ NNary P�tNe OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: Signer(s) Other Than Named Above: None Capactty(les) Claimed by Signer(s) Signer's Name i Individual President,Secretary * Corporate Officer — Titie(s): Treasurer Partner — Li Limited -- General u Attorney in Fact Li Trustee L J Guardian or Conservator ❑ Other: Signer Is Representing: TDS Engineering A ralifnrnia rornoration Top of rhumb here Number of Pages: Signer's Name: ❑ Individual 1.1 Corporate Officer — Ti le(s): CJ Partner — ❑ Limited 6 General ❑ Attorney in Fact • Trustee Top of thumb here • Guardian or Conservator M Other: Signer Is RspresenliN: MA4Mf u Ur—K I IrIUA 1 C UI" LIACSILI 1 T INOUKAIVVC 1 11/24/2008 PRODUCER (818)776 -2700 FAX (8 76 -2722 Stone, Harris and Stone Ins. 17835 Ventura Blvd., #Z10 Encino, CA 91316 -3675 Jessica Boswell THIS CERTIFICATE I UED AS A MATTER OF INFORMATION ONLY AND CONFER RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED TD5 ENGINEERING, A CALIF CORP. 1014 S. Westlake Blvd Suite 14 -136 Westlake Village, CA 91361 INSURERA. Travelers Prop. Cas. Co of Ame POLICY NUMBER WSURERB: Travelers Indemnity Co. of CT 25682 INSURERC: RSUI Indemnity Co. Newport Beach, CA 92663 INSURER D: GENERAL LIABILITY INSURER E: 10/01/2008 COVE E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR kD[Yt TYPE OF INSURANCE POLICY NUMBER POLICYEFFECRVE POLICYEXPIRATION LIMITS Newport Beach, CA 92663 GENERAL LIABILITY TE- CO- 93228936 - TIL -08 10/01/2008 10/01/2009 EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,00 CLAIMS MADE 7X OCCUR MEDEXP(Anycneperaon) $ 5,00 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,00 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY ANY AUTO BA- 9322B936- 08 -CNS 10/01/2008 10/01/2009 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 X BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per acciderd) $ HIRED AUTOS NON -OWNED AUTOS X HIRED AU PHY DMG PROPERTY DAMAGE (Par accident) $ X 100000MP /100000LL GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTKAN EA ACC AUTO ONLY: AGO S ANY AUTO $ EXCESS/UMBRELLA LIABILITY DT M- CUP - 93226936- TIL -08 10/01/2008 06/01/2009 EACH OCCURRENCE $ 10,000,00 X OCCUR 7 CLAIMS MADE AGGREGATE $ 10, 000, 00 $ A $ DEDUCTIBLE $ X RETENTION $ 10,00 WORKERS COMPENSATION AND DTEUB- 6211L77 -7 -08 10/01/2008 10/01/2009 X I wCSTATU- oTH- E.L. EACH ACCIDENT $ 1,000,00 B EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXEC(TTIVE OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000 00 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 C EMS UMBRELLA NHA222392 10/01/2008 10/01/2009 EACH OCCURRENCE/AGGREGATE LIMIT: $5,000,000 NO RETNETION DESCRIPTION OF PERATIONS I LOCATION I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENTI SPECIAL PROVISIONS h, City o Newport Beach, its elected or appointed officers, agents, officials, employees & volunteers are included as additional insured with respects to the General Liability policy as required by ritten contract. Regarding: 08 -09 Traffic Signal Upgrades, Contract No. 4102 Low Bid Notification Subject to the policy terms, conditions & exlusions. This is primary. Waiver of Subrogation applies. 10 days notice of cancellation in the event of non - payment. CERTIFICATF HIOI DFR CANCFI 1 ATION ACORD 25 (2001108) OACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 Shauna Lyn Oyler, Public Works Specialist DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Department BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Boulevard OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Y4r� �. Wes. � ✓,,�' Newport Beach, CA 92663 Victoria Hartvi /JEB ACORD 25 (2001108) OACORD CORPORATION 1988 0 0 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) 'olicy M DTE- CO- 93226936- TIL -08 CeERCIAL GENERAL LIABILITY 0 THIS ENDORSEMENT CHAidGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL_ LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section il) is amended to include any person or organization that you agree in a "mitten contract requiring insurance" to include as an additional insured on this. Cover- age Part, but: a) Only with respect to frabilrty for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your woW to which the "written contract requiting Insurance" applies. The person or, organization does riot qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to:the additional insured by this endorsement is fimited es follows: a) in the event that the Limits -of lhsurance or this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring Insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance"_ This endorsement shall not in- crease the limits of insurance described in Section In – I.Imits Of Insurance. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products- cornpleted op- erations hnznrrr 3. The insurance provided to the additional insured by. this. endorsement is excess over any valid and collectible "other insurance ". whether primary. excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or- organization as a named insured for such loss, , arid.., we will .not share with that ".othe - insurance ":: But the -insurance provided to the additional insured by this. endorsement still is excess over any valid and collectible "other in- surance", witether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when.that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: b) The insurance provided to the additional in- a) sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying-services, including: L The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change omers, of the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, arcnttecturat ut engineering activities. The additional insured must give us written notice as soon as practicable of an - occur- rence" or an offense which may result in a claim. To. the extent possible, such notice should include: is How. when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence "' or offense. CG A2 48 02 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL L"B olicy #: DTE- CO- 9322B936- TIL -08 b) if a claim is made or "suit"' s; brought against the additional insured, the additional insured must: C) H J99 I. Immediately record the specifics of the claim or "suit ".and the date received: and ii. Notify us as soon as practicable. The additional insured must see'to it that we receive written nntina of the niaim or "suit" as soon as practicable. The additional insured must immediately send its copies of all legal papers received in connection with the clans or "suit', cooperate with us in. the investigation or settlement of the claim or defense against the "Suit ", and otherwise comply with all policy conditions. The additional insured must termer the de- fense and indemnity of any claim or "suit" to any provider of -other insurance" wnien would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ante provided to the additional insured by this. endorsement is primary to "other insur- ance" available to the additional Insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "written contract requiring Insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additinnal in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement. by you: b. While that part of the contract or agreement is in effect; and c. Before the earl of the poficy period. M, 7 Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inca CO D2 48 08 06 'ollcy #: DTE- CO- 9322B936- TIL -08 .i i:�.. o� .M COMMERCIAL GENERAL t Abi* 2. This insurance does not apply to. damage to premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: a. Rupture, bursting, or operation of pres- sure relief devices; b, Rupture or bursting :due to expansion or swelling of the contents of any bwiding or structure, caused by or resulting from wa- ter; c. Explosion of steam boilers, steam pipes, steam engines, or steam. turbines. 3, Paragraph S. of LIMITS OF INSURANCE (Section III) is deleted and replaced by the following: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under COVERAGE A. for the sum of all damages because .of "property damage" to any one premises while rented to you, ur temporarily occupied by you with permission of the owner, caused by: fire; explosion; light- ning; smoke resulting from such fire, explo- sion, or Ilghtning; or water. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately; caused by the same - "occurrence ". whether -such - damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or light- ning; or water; or any combination of any of these causes. The Damage To. Premises Rented To You Limit will be the higher of: a. $300,000; or b. The arnount shown on the t)erlarstinns for Damage To Premises Rented To You Limit. 4. Paragraph a. of the definition of "insured con- tract" (DEFINITIONS — Section V) is deleted and replaced by the following: a. A contract for a.lease of .premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with permission of the owner, caused by: fire; explosion; lightning; smoke resulting from such fire; explosion, or lightning; or water, Is not an "Insured contratt"; • S. This Provision. B. does not apply if coverage for Damage To Premises Rented To You of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section 1— Coverages) is excluded by endorsement. +C. BLANKET WAIVER OF SUBROGATION We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your work "; or "your products ". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or- advenising infury'orrense N owimrlued. D. BLANKET ADDITIONAL INSURED — MANAG- ERS OR LESSORS OF PREMISES WHO IS AN INSURED (Section 10 is amended to include as an insured any person or organization (referred to below as "additional insured') with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property darn - age" occurs or the "personal injury" or "advertis- _I.g Injury" offense is committed,-to namo as on, additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits. shown on the Decla- rations,.whichever are less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "bodily injury" or "property damage" that occurs,: or "personal injury" or "adver- tising injury" caused by an offense which is committed: after you cease to be a ten- ant in that.premises; b. Any premises for which coverage is ex- chrded by endorsement; or c. Structural alterations, new construction or demolition operations performed by or on behalf of such additinnal Insured. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible Pape 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 0046" COMMERCIAL GENERAL LIABILio 11 b. "Bodily injury" or "property damage" in- insured under any other policy, eluded in the °products- camplete4 opera- including any umbtelia or excess tions hazard ", policy. 1. OT14ER INSURANCE CONDITION When iNs .insurance is excess, we A. COMMERCIAL GENERAL LIABILITY CON- Wilk have no duty under Coverages A or B to defend the insured against i)OMME (Section , paragraph 4. {Other any "suit" it any provider of "other in- Insurance) is deleted and replaced by the foi- surance" has a duty to defend the in- lowing: sured against that "suit", it no pro- 4. Otherinsurance vider of 'other insurance" defends, we will undertake to do so, bill we will If valid and collectible "other insurance" is be 10 the insuredo "Other available to the insured for a loss we against ail thaw providers of "Other nstfta all cover under Coverages A or 8 of this insurance ". Coversoo.Part, our obligafions are limited as follows: Whon this insurance is excess river "other insurance ", we will pay only . a.. Primary Insurance our share of the amount of the toss, if This insurance is primary pxnapt any, that exceeds the sum o €: when b. below applies. If this insur- (1) The total amount that all such ance is primary; our obligations are "other insurance" would pay for not affected unless any of the "other the loss in the absence of this in- insurance" is. also primary. Then, we surance; and will share with all that "other Insur- (2). The total of all and ance" by the method described In c. .deductible below self- insured amounts under that " other insurance". b. Excess Insurance We will share the remaining loss, if This insurance is" excess over any of any, with any "other insurance" that Is ...:.. the "other -ins urArige" w.. M,r,:.VV_ . , - - -- ......_. ..., ..,,, ..not - described in this. Excess insur- mary, excess; contingent or on any once provision. other basis: c. Method Of Sharing (f) That Is faire, Extended Coverage, ft all of the "other insurance" permits Builder's frisk, Installation Risk, "your contribution by equal shares, we will or similar coverage for follow this method also. Under this work"; appfoach each provider of insuranco (2) That is Fire insurance for prem- contributes equal amounts until it has ises rented to you or temporarily paid its applicable limit of insurance nnmpim by you with permission or none of the loss remains, which - of the owner, ever comes first. (3) That is insurance purchased by if any of the "other insurance" does you to rover your Nobility as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits. premises rented to you or tempo- Under this method, the share of each lardy occupied by you with per- provider of insurance Is based on the mission of the owner; or ratio of its appllcable limit of insur- (4) If the loss arises out of the main- once to the total applicable limits of Penance or use of aircraft, insurance of all providers of insur- "uulos", ur watemraft to the cx- Once. tent not subject to Exclusion g. of B. The following definition.is added to DEFINfTIONS Section I — Coverage .A — Bodily (Section V): inhiry And Property Damage Li- ability; or "other insurance "; (5) That Is available to the insured. a. Means insurance, or the funding of losses, when the insured Is an additional that is provided by, through or on behalf of Page 4 of 6 Copyright, The Travelers Indemnity Company, 2004 CG 8315 07 04 003"8® 0 0 Oyler, Shauna From: Jessica Scherer [JScherer @bbsocal.comj Sent: Wednesday, December 03, 2008 4:14 PM To: Oyler, Shauna Subject: TDS Shauna, TDS is covered. The endorsements give you the coverage needed! Let me know it you have any questions. Jessica Scherer Commercial Lines Account Administrator Brown & Brown of California, Inc. 69 P.O. BOX 19 Orange, CA 2863 Ph: (714) 221 -1841 Fax: (714) 221 -4141 Email: ischeree'&bbsocal.com License# OF06835 NOTICE: Please be aware that you cannot bind, alter or cancel coverage without speaking to an authorized representative of Brown 8 Brown of California, Inc. Coverage cannot be bound without confirmation from an authorized representative of Brown & Brown. CONFIDENTIALITY NOTICE: The information contained in this communication, including attachments, is privileged and confidential. It is intended only for the exclusive use of the addressee. If the reader is not the intended recipient, or the employee, or the agent responsible for delivering it to the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please notify us by return email or telephone immediately. Thank you. Quest - Business License Application • • 11/24/08 2:52 PM Business License Application - eReceipt Monday, November 24, 2008 Welcome David lociout I edit orofile 11/24/2008 Congratulations David! Your Business License Application has been submitted and your payment has been received. Your application will now be reviewed by a staff member and then approved accordingly. Please wait 10 business days to receive your Business License Certificate via Postal Service. You may login to Quest at any time to view the status of your request. Receipt No: Business License #: Total Amount: Please help us improve our services: Take a 30 second Survey i'ir7-Va *rc-" Please print this receipt for your records. Print Receipt Cilc ul'Newpurt (teach - 3300 Neaporl Ithd - Fewpurt [teach - California - 92663 157619175 8T701ING21 $227.00 https: / /www5. city .newport- beach.ca.us /quest too /bus license /recelpt.aspx ?receipt -157 619175 &license= BT30026021&amt -227 Page 1 of 1 iet.nelyport-teach.ca.us/masterii Reports Phone M: Name: Address: F— IT 8 � Fm—a s —ie, To MM ------ - - - - -- Query returned no result, - PLEASE TRY AGAIN ------------ records 4, 44i Check a License or Home IWvement Salesperson (HIS) Regi194ion - Contr... Page 1 of 2 Department of Consumer Affairs .::....... Contractors State U ` e oard Contractor's License Detail - License # 667073 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 bylaw (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 andlor 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: 667073 Extract Date: 11119/2008 T D S ENGINEERING Business Information: 1014 S WESTLAKE BLVD SUITE _14 -136 WESTLAKE VILLAGE, CA 91361 Business Phone Number: (805) 371 -4639 11 ... ......... I ..... _. ........ ..... Entity: Corporation Issue Date: 03/12/1993 Expire Date: 03/31/2009 License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR C10 ELECTRICAL CONTRACTOR'S BOND This license filed Contractor's Bond number 6004834 in the amount of $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01101/2007 Bonding: Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL The Responsible Managing Officer (RMO) DAVID ROLAND WUERTZ certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. 1' A bond of qualifying individual is not required. Effective Date: 05104/1998 This license has workers compensation insurance with the TRAVELERS INDEMNITY COMPANY OF CONNECTICUT hftp:// www2. cslb. ca. gov/ OnIineServices /CheckLicense /LicenseDetai1.asp 11/19/2008 Check a License or Home Ifovement Salesperson (HIS) Regi6tion - Contr... Page 2 of 2 Policy Number: DTEUB62111-77708 Effective Date: 10/01/2008 Workers' Compensation: Expire Date: 10/01/2009 Workers' Compensation History . . ........ .......... .. Personnel listed on this license (current or disassociated) are listed on other licenses. Conditions of Use I Privacy Policy Copyright © 2008 State of California http:// www2. cslb. ca. gov/ OnlineServices /CheckLicense /LicenseDetail .asp 11/19/2008 DISCLAIMER: The information displayed here is current as of NOV 14, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation TDS ENGINEERING Number: C1852662 Date Filed: 2/23/1993 Status: active Jurisdiction: California Address 1014 S. WESTLAKE BLVD., SUITE 14 -136 WESTLAKE VILLAGE, CA 91361 Agent for Service of Process DAVID ROLAND WUERTZ 1014 S. WESTLAKE BLVD., SUITE 14 -136 WESTLAKE VILLAGE, CA 91361 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http:// kepler. ss. ca. gov /corpdata /ShowAll List ?QueryCorpNumber= C1852662 &pri... 11/19/2008 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2008 -2009 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 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 fumish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4102 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ 6967- T/ou;aoo Dollars and Cents $ 800y Per Lump Sum Lump Sum Newport Center Drive West/Santa Barbara Drive Traffic Signal Modification (T- 5994 -S) @ 62]�Ir Nei fif?%,giu) Dollars and Cents $ 6S,00e Per Lump Sum 3. Lump Sum Newport Center Drive West/Santa Barbara Drive Temporary Traffic Signal Wiring 001— @ 4gbn 7- Aaz417o Dollars and Cents Per Lump Sum 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Irvine Avenue /Santiago Drive Traffic Signal Modification (T- 5981 -S) Fain o h L, /WIMRr o 7zoEwl -UX TAag3 9170 @rr.n/xs/+DBCO r&)En3ys�ollars and 1211 zz7 Cents $ r Per Lump Sum 5. A 7 E? Lump Sum Irvine Avenue /Santiago Drive Temporary Traffic Signal Wiring on t @ T/xzwM& Dollars and Cents Per Lump Sum 3 EA. Pothole Traffic Signal Pole Foundations @ onb &176RLO Dollars and t. Cents $ /on $ Aon Per Each 3 EA. Remove and Construct P.C.C. Access Ramps @T F� vHr,o Dollars and Cents $ 2sor� Per Each 1 EA. Modify P.C.C. Access Ramps to add Detectible Warning Surface @frur /4nnUkrn Dollars and Cents $ sw $ Soo Per Each 11/13/08 9:19 AM . • Page 7 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 3 EA, Battery Backup System @ �,exi ��1>E,iirsr.�unoDollars and Cents $ Per Each 10. Lump Sum Provide As -Built Drawings @ OnLI hunnRbe) Dollars and Cents $ _/ors Per Lump Sum $ zo8, /z7 TOTAL PRICE IN FIGURE (BASE BID) TOTAL PRICE IN WRITTEN WORDS (BASE BID) Ei� i ,? ?)0 zW,e� ;;x;r�- M jAofn /, &1209e.. a Q27 S6r/ES1 _Dollars no J1tsrJ ' and Cents TDS Engineering 3_ oy A California Corporation Date i er `SOS^ 3 7/. t� Lo3q ix. $o5- �J°14�0757 � Bidder's Telephone and Fax Numbers Bid -' -� ,arlve aBev�9tl�, Wu8rtz President TDS Engineering C�(9i0� 3 pdC / a _ 1014 S WESTIAKE 8L 8 14-136 Bidder's License No(s). Bi< WIESTLAKE VILLAGE CA 91381 and Classification(s) Bidder's email address: f: luserslpbvAshareftontractslfy D6 UMB -09 traffic signal upgrades W 702Droposal c4102AOc SECTION 2 2 -6 2 -9 2 -9.6 SECTION 3 3 -3 3 -3.2 3 -3.2.3 SECTION 4 4 -1 4 -1.3 4 -1.3.4 SECTION 5 5 -1 5 -2 5 -8 SECTION 6 6.1 6 -7 6 -7.1 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2008 -2009 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SCOPE AND CONTROL OF THE WORK WORK TO BE DONE SURVEYING Survey Monuments CHANGES IN WORK EXTRA WORK Payment Markup CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP Inspection Requirements Inspection and Testing UTILITIES LOCATION PROTECTION SALVAGED MATERIALS PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK TIME OF COMPLETION General forking Days lorking Hours IQUIDATED DAMAGES 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 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 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 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 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Safety 7 7- 10.4.1 Safety Orders 7 7 -15 CONTRACTOR'S LICENSES 7 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -11 General 8 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 9 201 -1 PORTLAND CEMENT CONCRETE 9 201 -1.1.2 Concrete Specified by Class 9 201 -1.6 Matching Concrete 9 SECTION 203 BITUMINOUS MATERIALS 9 203 -1 PAVING ASPHALT 9 203 -1.1 General 10 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 10 300 -1.3.2 Requirements 10 300 -1.5 Solid Waste Diversion 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 18 86 -3.02 GUTTERS, ALLEY INTERSECTIONS, ACCESS 18 86 -3.04 RAMPS AND DRIVEWAYS 11 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.4 Joints 11 303 -5.4.1 General 11 303 -5.5 Finishing 11 303 -5.5.2 Curb 11 303 -5.5.3 Sidewalk 11 303 -5.5.4 Gutter 11 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 GENERAL 12 86 -1.01 Description 12 86 -1.04 Equipment List and Drawings 12 86 -1.05 Warranties, Guarantees, and Instructions Sheets 12 86 -1.06 Maintaining Existing and Temporary Electrical Systems 12 86 -1.07 Scheduling of Work 13 86 -2 86 -2.03 86 -2.04 86 -2.05 86 -2.05 86 -2.06 86 -2.08 86 -2.09 86 -2.10 86 -2.11 86 -2.14 86 -2.146 86 -2.14C MATERIALS AND INSTALLATION Foundations Standards, Steel Pedestals, and Posts Conduit (Rigid) Conduit (PVC) Pull Boxes Conductors Wiring Bonding and Grounding Service Testing Filed Testing Functional Testing 13 13 14 14 14 15 15 15 16 16 16 17 17 86 -3 CONTROLLER ASSEMBLIES 18 86 -3.02 Type 90 Controller Assembly /Bike Timing Logic Assembly 18 86 -3.04 Controller Cabinets 18 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 18 86 -4.01 Vehicle Signal Faces 18 86 -4.02 Light Emitting Diode Signal Module 19 86 -4 -06 Pedestrian Signals 19 86 -5 DETECTORS 19 86 -5.01 Vehicles Detectors 19 86 -5.02 Pedestrian Push Button Assemblies 19 OPTICOM PRIORITY CONTROL SYSTEM 23 BATTERY CABINET 23 SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM 23 SPECIAL PROVISIONS SUPPLEMENTAL EXHIBIT A BBS INSTALLATION LOCATIONS /DETAILS EXHIBIT B BATTERY CABINET f: \users \pbAshared\contractslfy 08-09108 -09 traffic signal upgrades c- 41025specs index o-4102.doc 0 0 86 -6 LIGHTING 20 86 -6.01 High Pressure Sodium Luminaires 20 86 -6.01A High Pressure Sodium Lamp Ballasts 20 86- 6.01A(1)a Lag -Type Regulator Ballasts 21 86- 6.01A(1)b Lead Type Regulator Ballasts 21 86 -6.065 Internally Illuminated Street Name Signs 22 86 -6.07 Photoelectric Controls 22 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 22 OPTICOM PRIORITY CONTROL SYSTEM 23 BATTERY CABINET 23 SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM 23 SPECIAL PROVISIONS SUPPLEMENTAL EXHIBIT A BBS INSTALLATION LOCATIONS /DETAILS EXHIBIT B BATTERY CABINET f: \users \pbAshared\contractslfy 08-09108 -09 traffic signal upgrades c- 41025specs index o-4102.doc 0 • SP 1 OF 24 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2008 -2009 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 4102 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- 5994 -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 Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714- 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction and Standard Specifications and the Plans of the State of California, Department of Transportation as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of traffic signal modifications at the Newport Center Drive West/Santa Barbara Drive intersection and the Irvine Avenue /Santiago Drive intersection per plan T- 5994 -S. 2 -9 SURVEYING 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the 0 Ll ,jy n " 4j . • • SP2OF24 City will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Corner Records with the County of Orange. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer 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. 0 SECTION 5 - -- UTILITIES • SP3OF24 5 -1 LOCATION Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -8 SALVAGED MATERIALS Refer to Section 86 -7 of these Special Provisions. SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, the Contract and Insurance documents have been submitted, and a schedule of work, BMP plan, and traffic control plans (if applicable) have been approved by the Engineer. The Contractor shall submit a construction schedule and traffic control plans to the Engineer for approval a minimum of five working days prior to the pre- construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." • • SP4OF24 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1s1, 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 th , the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31St (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 9 • SP5OF24 SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -6 THE CONTRACTOR'S REPRESENTATIVE In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface. 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during saw cutting 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 hftp://www.city.newr)ort-beach.ca.us/pubworks/Iinks.htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. 0 • SP6OF24 The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc." Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the lay down area. The Contractor shall restore the lay down area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc. At the request of the City, the Contractor shall submit to the Engineer a traffic control plan and detour plan for each street and parking lot within the project area. The Contractor shall be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared, signed, and sealed by a California licensed Civil Engineer or Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. i • SP 7 OF 24 Traffic control and detours shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 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 -15 CONTRACTOR'S LICENSES. At the award of contract 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. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and these contract special provisions shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. ® • SP8OF24 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 as defined by Section 11 (Mobilization) of the Standard Specifications of the State of California Department of Transportation (May 2006). Item No. 2 Newport Center Drive West/Santa Barbara Drive Traffic Signal Modification. Work under this item shall include, but not be limited to, furnishing and installing a new traffic signal controller cabinet, complete, including the traffic signal controller and plugables, wiring, push button assemblies, Opticom Emergency Vehicle Pre -empt Equipment ( Opticom detectors, cable, and discriminators), Battery Backup Systems (BBS), all necessary hardware, and all other work necessary to modify the traffic signal at the Newport Center Drive West/Santa Barbara Drive intersection per plan T- 5994 -S. Item No. 3 Newport Center Drive West/Santa Barbara Drive 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 Newport Center Drive West/Santa Barbara Drive intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 4 Irvine Avenue/Santiago Drive Traffic Signal Modification: Work under this item shall include, but not be limited to, furnishing and installing a new traffic signal controller cabinet, complete, including the traffic signal controller and plugables, wiring, indications, push button assemblies, traffic signal poles and arms, vehicle and pedestrian indications, Opticom Emergency Vehicle Pre -empt Equipment ( Opticom detectors, cable, and discriminators), Battery Backup Systems (BBS), all necessary hardware, and all other work necessary to modify the traffic signal at the Irvine Avenue/Santiago Drive intersection per plan T- 5994 -S. • • SP9OF24 Item No. 5 Irvine Avenue /Santiago Drive Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring and a temporary pole to maintain traffic signal operation at the Irvine Avenue/Santiago Drive intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 6 Pothole Traffic Signal Pole Foundations: Work under this item shall include the cost of all labor, equipment and materials to pothole the proposed traffic signal locations at the Irvine Avenue /Santiago Drive intersection. This item includes backfilling the excavation and patching the sidewalk. Item No. 7 Remove and Construct P.C.C. Access Ramps: Work under this item shall include, but not be limited to, removing existing improvements and constructing three (3) P.C.C. access ramp including detectible warning surface per City Standard 181- L- A /B /C /D (1112005 Revision) at the Irvine Avenue/Santiago Drive intersection per plan T- 5994 -5. Item No. 8 Modify P.C.C. Access Ramps to add Detectible Warning Surface: Work under this item shall include, but not be limited to, modifying existing P.C.C. access ramps to add detectible warning surface at one (1) location at the Irvine Avenue/Santiago Drive intersection per plan T- 5994 -S. Item No. 9 Furnish and Install Battery Backup Systems (BBS) at three (3) Existing Traffic Signal Locations: Work under this item shall include, but not be limited to, providing and installing Battery Backup Systems, including all necessary components to operate as intended. See Exhibit A for locations. Item No. 10 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer for review prior to payment request. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C -3250 and alternate Class ......" 201 -1.6 Matching Concrete. Add to this section: "P.C.C. to be reconstructed must match the characteristics of existing P.C.C., including color and pattern." 0 0 SP 10 OF 24 SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this section: "All asphalt concrete used on the work shall be 111- C3 -AR- 4000" PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Sold Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www. city. newport- beach.ca. us /GSV /Frachised %20Haulers. htm." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth saw cuts. Final removal between the saw cut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." 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 z 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. • • SP 11 OF 24 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: "All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.3 Sidewalk Add to this section: "Sidewalk panels shall be replaced in full panels (score -line to score -line) 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." i 0 SP 12 OF 24 SECTION 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS Standard Specifications for the State of California, Department of Transportation (May 2006) 86 -1 General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to construct traffic signal and street lighting facilities as shown on the drawings and as specified herein. 86 -1.01 Description Furnishing and installing traffic signals and highway lighting systems shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 2006, and these Special Provisions. 86 -1.04 Equipment List and Drawings 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. • SP 13 OF 24 "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. 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. Turn-on of the new traffic signal scheduled only for the hours between 9 AM and 12 Noon and shall not be on, nor shall the functional test start on a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least two working days prior to the intended turn -on. 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. 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. • • SP 14 OF 24 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. Where new side tenons are to be field welded to the existing pole mast arms, as shown on the plans, the work shall be done by a welder who is certified by the State of California. The tenons shall be attached per State Standard Detail ES -7M. Hot applied galvanized coating shall be applied to the areas disturbed by the welding operation. 86 -2.05 Conduit (Rigid) Metallic conduit shall only be used to repair existing metallic conduit in kind or as shown on plan. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.05 Conduit (PVC) The following paragraphs shall be added to 86 -2.05: All new conduit runs shall be two -inch (53 mm), Type 3, rigid, non- metallic (PVC, Schedule 80) unless shown otherwise on the plans. The installation of this PVC shall be from box to box with no field connections from galvanized to PVC allowed. • • SP 15 OF 24 After conductors have been installed, the ends of conduit termination in pull boxes and controller cabinets shall be sealed with an Agency - approved type of sealing compound. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. All new pull boxes shall be Number 6 unless otherwise shown on plans. Pull boxes and pull box extensions shall be concrete. Number 6 pull box lids shall be provided with Fibrelyte (Lid) and designated as "TRAFFIC SIGNAL ". No new pull boxes shall be installed in or within one foot of any curb ramp. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 86 -2.08 Conductors 86 -2.08E shall be replaced with the following paragraph: Traffic signal interconnect cables (SIC) shall not be spliced unless shown otherwise on the plan. The number-,of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. 86 -2.09 Wiring The following paragraphs shall be added to 86 -2.09: Ungrounded traffic signal conductors shall not be spliced. The first paragraph of 86- 2.09D, "Splicing' shall be deleted and replaced with the following: Conductors shall be run continuous from terminal block to terminal block, except that signal neutral conductors and multiple lighting circuit conductors may be spliced and soldered in pull boxes. Conductors No. 8 AWG or larger shall be spliced by the use of "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. • • SP 16 OF 24 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. 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- 213 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 and Telephone Company within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service and telephone service feed points. 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 The cabinet and controller shall be fully tested at an outside Testing Laboratory to be approved by the City prior to being delivered to the job site. The testing facility shall have up to fourteen (14) days to test the controller assemblies. Approval of the selected testing facility shall be made by the City Traffic Engineer. 0 86 -2.146 Field Testing The following paragraphs shall be added to 86- 2.14B: 0 SP 17 OF 24 "The City of Newport Beach Public Works Department shall be notified a minimum of two working days in advance of planned connection of the modified traffic signal to the traffic signal communications system, if the modified traffic signal is to be connected to the traffic signal communications system. Upon completion of installation of new Underground Twisted -Pair SIC (if shown on the plans), the CONTRACTOR shall perform the following tests: 1. A continuity measurement shall be performed for each conductor and the cable shield. Conductor resistance shall not be more than 10 ohms per 1000 -feet for each cable conductor and shield of the communications cable. The resistance shall be measured with an ohmmeter having minimum impedance of 1- megaohms per volt. The resistance of each pair shall be recorded and furnished to the ENGINEER. 2. An insulation resistance measurement shall be performed for each conductor and the cable shield. The insulation resistance shall be measured with all connections to the conductor or shield under test removed and all other conductors in the cable grounded. The measurement shall be made with a DC potential of not less than 360 volts and not more than 550 volts, applied for one minute. Insulation resistance of each cable conductor and the shield shall exceed 1000 meg -ohm miles. The insulation resistance of each conductor shall be recorded and shall be furnished to the ENGINEER. 3. A signal attenuation test shall be performed on each cable pair of each cable in the system. The signal attenuation shall be measured with all connections to the system in place. The attenuation test shall consist of a measurement of circuit loss of the cable pair under test when a 2200 -Hertz electrical signal at 0.0 dBm is applied to one of the pair and the signal level is measured at the end paints. The CONTRACTOR shall perform the tests and document the results. 86 -2.14C Functional Testing The functional test for each lighting system shall consist of not less than fourteen (14) days after turn on at the job site. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. The 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 18 OF 24 to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The 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. When the tests are completed, whether successful or not, the test results and the test data shall be furnished to the ENGINEER. Furnishing all materials, labor, and equipment for the testing of the SIC, recording of the data, and transmittal to the ENGINEER is considered part of the lump sum bid for "Traffic Signal Modification" and no additional costs will be allowed therefore." 86 -3 CONTROLLER ASSEMBLY 86 -3.02 Type 90 Controller Assembly The controller assembly shall be a TS 2, Type 2 Econolite ASCl3 -2100 Controller, complete with a data key and Ethernet port. Furnished traffic signal controllers shall be labeled "City of Newport Beach" in white enamel on the face of the controller. Additionally, the controller shall be furnished with the manufacturers serial number affixed to it. 86 -3.04 Controller Cabinets New controller cabinets shall be Econolite NEMA TS 2, Type 2 P44 cabinets or City approved equal and shall be as specified in the attached Traffic Signal Controller Cabinet Specifications. The cabinet bolt pattern shall match Caltrans STD ES -3A for a Type P Cabinet (same bolt pattern as a P38 cabinet with an exterior flange). 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 at the Irvine Avenue /Santiago Drive intersection. 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. • • SP 19 OF 24 The Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency- approved equal) terminal compartments as shown on plans. All new vehicle heads, visors, and back plates shall be polyurethane. 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 brand (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 at the Irvine Avenue /Santiago Drive intersection. All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal) Type A (LED) metal housings, stainless steel hardware, and shall be furnished with bronze terminal compartments. 86 -5 DETECTORS 86 -5.01 Vehicle Detectors Loop wire shall be Type 2. Loop detector lead -in cable shall be Type B. Loop sealant shall be Hot -Melt Rubberized 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 -5B 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 at the Irvine Avenue /Santiago Drive intersection. • • SP 20 OF 24 Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -1/2 ". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913 -L and STD -914 -L and shall be 5" x 7 -112 ". 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. 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: • • SP 21 OF 24 86- 6.01A(1)a Lag -Type Regulator Ballasts Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 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." • • SP 22 OF 24 86 -6.065 Internally Illuminated Street Name Signs All street name signs shall be furnished and replaced new, including mounting brackets and hardware at the Irvine Avenue /Santiago Drive intersection. Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. 86 -6.07 Photoelectric Controls Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT All abandoned /salvaged material and equipment shall become property of the Contractor, except as detailed in these special provisions, the plans, or as requested by the City. 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 and • All cabinet plugables. 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. i SP 23 OF 24 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre -empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 752 phase selection units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selection units shall be installed in a new Model 760 rack or if vehicle detector rack is not available /full. The EVP system shall consist of the following components: • 3M Model 752, phase selection units; • 3M Model 760 rack (as required); • 3M Model 722 Optical Detector units; and • 3M Model 138 Optical Detector Cable. If non -3M Company Equipment is proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at the date of signal turn on. BATTERY CABINET Where BBS system is to be installed on a "P" or 332 cabinets, 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 Type 90 controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the left side of the signal cabinet at a minimum height of 30" above the foundations. 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) or for use with a 170/2070 system (19" rack - mount) as detailed on plans and Exhibit A. 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 24 OF 24 The Dimension BBS shall consist of but not be limited to: • Inverter /Charger (with RS232 port): 24J11 (NEMA) or 24Y11 (170/2070) • 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\Pl3 MShareMContracts \FY 0 8-09 \08 -09 Traffic Signal Upgrades C- 4102\SPECS C- 4102.doc r 0 SPECIAL PROVISIONS SUPPLEMENTAL City of Newport Beach Standards for Traffic Signal Cabinet Specifications October 22, 2008 0 0 CONTROLLER CABINET ASSEMBLIES – City of Newport Beach October 22, 2008 Controller Assembly Testing. — Solid -state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in Section 86 -3 "Controller Assemblies" of the CALTRANS Specifications, these Special Provisions and NEMA TS -2 standards. Cabinet Construction. The following items are included in the cabinet assembly: For 16 position main panel Type "P" aluminum cabinet painted white inside and out. 1- Fully wired eight phase NEMA Type 2 main panel –Horizontal hardwired swing download bay. 1- Type 16 Malfunction Management Units (programmed for intersection) EDI MMU 1- 16- channel detector rack w/ BIU slot (minimum) 8- 2- channel Detectors (minimum) or (16 channel max.) 1- Bus Interface Units – detector rack only 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. SPECIFICATIONS AND STANDARDS FOR THE CABINET ASSEMBLY National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2- Latest release. DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. WARRANTY STATEMENT Terms of Warranty: Warranty Coverage The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. Length of Warranty The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of installation including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two -year warranty. 0 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "P" or Type "O" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: L Material shall be 5052-H32 0.125 -inch thick aluminum. F The cabinet shall be supplied painted aluminum .With white powder coat paint inside and out Federal color #17875 L The door hinge shall be of the continuous type with a stainless steel hinge pin. C The door handle shall be cast aluminum. With the provisions for padlock installation. L All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All outside seams shall are to he continuous welded. L Cabinet lock shall be of the Corbin #1548 -1( #2 Key). ❑ A roll out computer table shall be mounted under the Controller location on the First shelf. Each cabinet shall have 4 sets of cabinet wiring diagrams. _ Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). SHELVES Two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. CABINET WIRING EQUIPMENT ACCESS] BMITY All mounted panels and equipment shall have a minimum tool access clearance of 6 ". VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80- 150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum. And protected by a .5 amp fuse. AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one -piece removable, medium efficiency, synthetic (Econolite part number 57389PI 1) air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16 ") minimum. CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. Also the cabinet shall have an adjustable gooseneck lamp mounted on the inside of the cabinet door below and to left of the Aux Switch Panel. 0 0 The cabinet shall be equipped with an EDCO model SHP- 300 -10 surge arrester. POWER PANEL The Power Panel shall house the following equipment: C A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. ❑ A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. L An EDCO model SHP- 300 -10 or equivalent surge arrester. ❑ A 50 amp, 125 VAC radio interference line filter. ❑ A normally -open, 60 -amp, mercury contractor ❑ A spare 15 amp, auxiliary breaker shall be provided. CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1) Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5 -15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2) Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right coroner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from unswitched filtered power. INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON /OFF. Auxiliary door panel switches shall be hard wired only. ( No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 2- POSITION AUTO /FLASH - SWITCH. In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 3- POSITION AUTO /OFF /ON STOP TIME - SWITCH. When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. if in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 2 Position CONTROLLER POWER ON /OFF— Switch This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. POLICE PANEL SWITCHES The Police Panel shall contain two (2) switches: The SIGNALS ON /OFF and AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 0 0 2 POSITION - SIGNALS ON /OFF SWITCH. In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 2 POSITION - AUTO /FLASH SWITCH. In the Auto position the intersection shall operate normally based on all other switches. ht the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. COLOR CODING All cabinet wiring shall be color coded as follows: Purple = Flash color programming Brown = Green Signal Wiring Yellow = Yellow signal wiring Red = Red signal wiring Blue = Controller wiring Gray = DC ground(return),(logic ground) Black = AC+ White = AC- Green = Chassis MAIN -PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solderless connectors shall be used. Printed circuit boards shall Not be used on main panels. FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. DETECTOR RACK& INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: F1 The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. U Four or Six flash transfer relay sockets as required. F1 One flasher socket. U Wiring for one Type -16 MMU. 0 0 All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. CABINET EQUIPMENT CONTROLLER UNIT Shall be an ASC /3 -2100 Controller provided with NTCIP level 2 protocol, ECPIP & A133418 basic with Ethernet communications module and data key. DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Reno GT detectors shall be provided. Detectors shall have extension and delay timing on the card. MMU (malfunction management unit) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. BIU (Bus interface unit) BTU's shall meet all TS2 -1992 section 8 requirements. In addition all BTU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the ICONS (i2tms) central control system. The interface panel shall also contain wiring for door open and flash alarms. POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. INTERCONNECT TERMINATION -All cabinets shall be supply with interconnect termination blocks, Siemon model # S66M1 -50 and sub -base LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -87 -VO or City Approved Equal. All load sockets shall be equipped with a load switch. 0 0 FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be ED[ model 810 or equivalent. INTERSECTION DIAGRAM An intersection diagram, shall be made on 81/2" X I V sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 worldng days prior to intersection turn -on. Type P cabinet - shelf mount inverter f/ users 1pbwtsnaredttrafdbatterybadaptabl OOM9 Exhibit "A'T City of Newport Beach ° °� Traffic Signal Contract 2008 -2009 Battery Backup Locations r �u�ea�s Location Type Cabinet Color Size 1 Coast Highway at Pelican Point Dr 332 Gray 24x27x8 2 MacArthur Blvd at Vilaggio Type P White 24x27x8 3 MacArthur Blvd at Von Kerman Ave Type P White 24x27x8 Type P cabinet - shelf mount inverter f/ users 1pbwtsnaredttrafdbatterybadaptabl OOM9 Exhibit "A'T ass P/N FCTJ103980 Eli FROM VIE1P OPEN DOOR SECTION A —A A TOP VIEW Fes-- ?1.00-- ""_`_I FRONT VIEW MATERIAL - ALUMINUM ALLOY ,125 THICK 5052 -H32, SURFACE SHALL HAVE A NATURAL ALUMINUM MILL FINISH. PAINT - OPTIONAL DOORS & LOCKS - DOORS ARE NEMA 3R CONSTRUCTION WITH NEOPRENE GASKET, RAIN TIGHT CONTINUOUS HINGE .075 THK. ALUM. WITH STAINLESS STEEL PIN, SECURED BY 1/4 -20 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES m DOOR AT TOP, BOTTOM AND CENTER WITH A #2 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM. BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. SNIT - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 6.25° DEEP. VENTILATION - A VENT PATTERN IS PROVIOEO ON THE UNDERSIDE OF THE COVER OVERHANG, LOUVER SLOTS ARE FORMED IN THE LOWER PART OF THE MAIN DOOR, THIS CREATES A NATURAL MOVEMENT OF AIR AND HAS A COOLING AFFECT ON ELECTRICAL EQUIPMENTS. AND IF SPECIFICATIONS CALL FOR EXHAUST FAN, PROVISIONS ARE MADE TO ACCOMODATE THE FAN, THE INTAKE AND THE EXHAUST IS RAIN TIGHT AND WILL NOT DRAIN WATER INTO CABINET. RIGHT SIDE EXP.----*-= ExHiBcr 11 13 '" 0 U • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C 0 Agenda Item No. 8 December 9, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Bryan Loo 949 - 644 -3324 or bloo @city.newport- beach.ca.us SUBJECT: 08 -09 TRAFFIC SIGNAL REHABILITATION - AWARD OF CONTRACT NO. 4102 Recommendations: Approve the project plans and specifications. 2. Award Contract No. 4102 to TDS Engineering for the Total Bid Price of $208,127, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $30,000 to cover the cost of unforeseen work. Discussion: At 10:00 a.m. on November 18, 2008 the City Clerk opened and read the following bids for this project: BIDDER Low TDS Engineering 2 CT &F, Inc. 3 Christopher R. Morales, Inc. 4 Macadee Electrical Construction 5 Pro Tech Engineering, Corp. 6 California Engineering & Contracting, Inc. 7 California Professional Engineering 8 Republic ITS 9 PTM General Engineering Services, Inc. 10 CSI Electrical Contractors 11 Pouk & Steinle, Inc. 12 Steiny and Company, Inc. 13 Terno, Inc. 14 Dynalectric TOTAL BID AMOUNT $208,127.00 $208,425.00 $208,519.00 $221,477.00 $221,750.00 $223,900.00 $226,155.00 $226,750.00 $227,127.00 $234,963.00 $238,952.00 $248,375.00 $254,603.00 $257,149.00 08 -09 Traffic Signal RebabT bon —Award of Contract No. 4102 December 8, 2008 Page: 2 The low total bid amount is 9 percent below the Engineers Estimate of $229,670. The low bidder, TDS Engineering, 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. The Fiscal Year 2008 -2009 Traffic Signal Rehabilitation project consists of the following components: Renovation of existing traffic signals at the Newport Center Drive West / Santa Barbara Drive and the Irvine Avenue / Santiago Drive intersections. The work will consist of replacement of aging equipment and wiring to maintain the existing traffic signal operation. The installed equipment will be compliant with the City's future traffic signal system. 2. Installation of Battery Backup System (BBS) at three existing traffic signal locations. Pursuant to the Contract Specifications, the Contractor will have 80 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. 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 account(s) for the project: Account Description Transportation and Circulation Fund Account Number 7261- C3001007 Total: Amount $ 238,127 $ 238,127 • • • • Proposed uses are as follows: Vendor TDS Engineering TDS Engineering Prepared by: BryarfLoo. Junior Engineer n LJ U 08-09 Traffic Signal RehaRtation — Award of Contract No. 4102 December 9, 2008 Page: 3 Purpose Construction, Contract Construction Contingency Total: Submitted by: Amount $ 208,127 $ 30,000 $ 238,127 Badum s Director CITY OF COSTA MESA PACIPC PROJECT LOCATIONS VICINITY MAP Nat io wa OCEAN JOHN SAM All CITY nLPRO>Eb PATE, /i 0 PIRIACWORKS R.CE.NO,36JW ARRROH➢. PALE, 16-Z3,04f OF BPU CIC WORKS R.C.E.N0.4T961 SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET 2 NEWPORT CENTER DRIVE WEST AT SANTA BARBARA DRIVE 3 IRVINE AVENUE AT SANTIAGO DRIVE TRAFFIC SIGNAL E MODIFICATION PLAN MR 2z -48 a,n ° D`D` mIll " ul Cf1YOF NEWPORT BEACH I T- 5994 -8 "�"� es uA lonznom PUSUCWORNS DEPARTMENT 3 .. CONDUCTOR SCHEDULE o� AWG f ERVIC \\ ROLE LOCATION —F USED ME #14 SIGNAL M.A. I 1 - 6 01y (CONTACT EDISON CO PEORTOENTERING) 3 3 6 -_ R/W M P4P © °ate I SV4TA Rj_,j,j/4\_ 03 3 3 6 EXISTWG 3 3 - 3 0 °a 3 3 1 0 01 SERVICE EXISTING 2 4 ]0 II IS' 2 - a << 06? 2 21- EXISTING 121 4 OCR S 2 4 y_ 02 PPB __� 1 2 CS BE e4 PPa 5 1 ]O 2 15' 06 FPH 9v.bT 1 - 1 09 PM I 1 1 2 10' 02 BPB tV I 6P.I.i 049PR IF EXISTING EXLSTMG 1 7 06 BRIT I I IN I 5 088P6 sAIT I I EXISTING PPB & BPB COMMON I 1 I 2 iMILM ST NAMESIGN 1 1 1 2 1 0 SPARES ) 3 3 6 TOTAL 21 M 24 68 #10 SIGNAL& SIGN COMMON I I 1 2 LUMINAIRE 2 2 2 4 TOTAL 3 3 3 6 Det. Loop Cable 4918 01 ) 1 1 02 - - 1 06 3 3 3 0H 2 2 TOTAL 4 7 2 U INTERCONNECT7P INTERCONNECT is E,V.P. Cable 1 1 2 CONDUIT SIZE r ix' 1- 2.3' 0 REMOVE EP6TINGCWWCip16 ANDMSiALL NEW TNRSW'IgUT. FLCEPT FOR INIFA.HECT CAR, ppBv PEBEBIWANPUSHBUITpi BPB =E3.V EPUSHRUTTUN GENERAL NOTES: I ALL WORM` MATERIAL AND EQUIPMENT SHALL BE FURNISHED BY THE CONTRACTOR AND CONFORM TO (1) ME SPECIAL PROVISIONS FOR THE PR TR I (2) THE TRA M! SIGNAL MOM HCATION PLANS MR THIS PROIECT, 01 THE STATE OFCALFORN1A, DEPARIMENi OF TRANSPORTATION. STANDAMPLANSANDSTANDARDSPKMC&E1 DATEDMAY30C6, (4) THE CREENBOOM STANDARD SPECIFICATIONS FOR RICRAC WORKS WNSTRUCTI 200 ED, AND (5) ME CITY OF NEWPORT E EACH DESIGN CR IERIA, STANDARD SPFCU L PROVISIONS R STANDARD DRAWINGS, PAN ED. L THE CONTMCFOR IS REQUIRED TO ASCERTAIN THE EXACT LOCATION OF UNDERGROUND FACILITIES PRIOR TOWING WORK EXISTMGUNDERGMUNDUTIUMS ARE SHOWN AS PER AVARABLERECOROS MECOMMUOASHALLBERMS SMLEMRVEMI GTHEAC AL LOCATION AND ELE V ATION IN THE MELD PRIOR TO BEEMRNG CM..MUMM 5. THECONTRACFORS HALLOBTAMALLNUMARYPFRMITSANDNOTFYALLMILNY CD6IPAMES A FIRUMUM OF'. HOURS P00R TOMMARTOF CONSTRUCTION ITSHALL BETHE RESPONSIBM1RYOFT MNTMCTORMCOORDINATEALLPHA SESOFTHECONSTRUCTION WEH THE VARIOUSUFILITT COAFPANFS INVOLVED. t THE CIWSHALL APPROVE THE EXACT LOCATIONOF ALL POLES, PULL BOXES,CONWRS. DETECIORLCOMANDCABDIETSINTNEFIELD 1'OSH01EMASTARMMLELM'ATONS 5 ALL PULL BOXES SHALL BE NO 6 UNLESSOIHEDWISENOF EOONPIANS 6 ALL SALVAGEOMATERIAL AND EQUIPMEMSHALL BIXOAIE THE PROMEWOF THE CONTMCMR, ER CEPTASREQMTED,SHALLBESALVAOFDMN CIWOFNEWPORTBECH, F ALL TRAFFIC LOOPS.S IGNING, PAVEMENT MARKEREANDSTRNING SHALL BECOMPLETED PRIMTOSIGNALTURNINI R THE CONTRACTOR SHALL NOTIFY THE CITY AT MASF48 HOURS IN ADVANCE OFTHE F. LFCTRICpL \YORKAFN)PMMWREQUIREDMSP MM, P ALL PEDESTRIAN AND DIRE BUIIONSBHALLBEREPLACED NEW WDN APPROVED ADA NOTION RZEMBLIES, PEG THESPELIAL PROVISIONS ALLBUTIUN'S SHALL BE MSTALLEDTB 40 DICHES A00VE FRRSNEO GMDE FWGE MSTINGHOLESWITHOALVAN6EDPLUG 10 INSTALL ALL NEW CONDUCTORSMIXI6TNGCONOUTIS PWORTOINSTAWNGNEW LONWCIOM1S,EXISTINCUNDERCROUNO CONDUITSMLL BELLFANFD WffNACYLMORICAI WIREBRUSH, BLOSSUALWITRV CSCRFWL0AIR,ANONIMUA OEM PERK CC IAM OUGH II AILNEW CONDU1T55NALL DE FVC SCNF.WLE MO MtA MINIMUM DEPTH PE0.N EC dpI li. SIGNAL SHALL REMAIN IN WERATION AT AI.LOMES EXCEPTAS NOfEfl MTMESPECIAL P ONS 13. NEW LQO L2 RETYPE F. SPACED Itl APART,AUDSxALLtTTHO ' W tOCROSSWALK OR LIME LINE UNESSNOTW ODER3Y CONSTRUCTION NOTES (FOR THIS SHEET ONLY QREMOVECKISMIGCONTROMERCABMEF ALL PLUGABLf$,MCLIIDMOiHE FID CPYROLLEIL SMUBEIRILLVEREDMILIECITY(NNIUMPORTBEACK QPROVIDE ANO INSTALL NEW ECONOL11"SC -SR 111. CONTROLLER ASSEMBLY M A NEW M2 TYPE 2 TYPE.' CABINET OMERIOR FLANGE). THE CABBETSHALL MCLUCE AJLNEW PLUGABLES, RACK MOUNTED OMICOM WITH FOURLHANNFL PHASESELECTOR UNIT, ANDAM MISCELLANEOUS AUXILIARY EQUIPMENT PER THE PLANS ANDSPECIAL PROVISIONS ❑j PRONDEANDRISTALLNEWTTPBIIMODIFIEDSERVICEONNEWTYPE 'YCABNUPMaC OP NEWPORT BEACH sT0 -DInL ANDTFE sPEY:NL PROVISIONS QPROVIDE AND INSTALL NEW BATTERY BACKUP SYSTEM ON THE LEFT SIDE OF THE NEWTYM'V CABINET AS DETAILED MTHE SPECIAL PROVSIONS aPROVIDE AND INSTALL NEW IM MODEL 97230PNCOM DETECTORS USING PELCOASIRO NIMBRACKET OR EQUAL RETAIL -A -,. TWONEW 752 PHASE SELECTOR5,AW IN UP CABLE. SALVAGE EXISTING DETECTORS AND PHASE SFLECTORS TOTIECITV OFNEWIMY BEACH O INSTALL NEW TYPE T' LOOPS �OgT CENTERDR' WEST NE m SANTA BARBARA DR. a' 1 o� NOT f ERVIC \\ ROLE LOCATION —F USED ME HEIGHT SIGNAL M.A. I y VIX EXUMNG EDISON VAVLT W375 01y n (CONTACT EDISON CO PEORTOENTERING) Oa wP BP 0A A 0 -_ R/W M P4P © °ate I SV4TA La06 03 1 06 1 07 1 08 EXISTWG 0 3 X11 ®e w 0 °a °e 9PII 9 •VO11RAL WI I. ARUIOOVPOWIIIWIVI Mtl�RAI.IIMWICAPWIDIYRN<l WINEL -NIIII -_- .il tH J tDIX ]O1' l 01 O _�1 S3 u SCALE: 1 - -2fi EASE . FA E �Q E -0a PHASE DiAGRAM POLE DATA NOT f ERVIC \\ ROLE LOCATION —F USED ME HEIGHT SIGNAL M.A. I y VIX EXUMNG EDISON VAVLT W375 01y n (CONTACT EDISON CO PEORTOENTERING) Oa wP BP 0A A 0 -_ R/W M P4P y IS' I SV4TA La06 03 1 06 1 07 1 08 EXISTWG 3 X11 IP w IVFJ 9PII �� 01 SERVICE EXISTING 3 W ]0 II IS' 25D sv.Ll aEn << fi1fISON. EXISTING Ne.ymfine, 4 5 S y_ __� _� 0 BE, US CS BE 5 .il tH J tDIX ]O1' l 01 O _�1 S3 u SCALE: 1 - -2fi EASE . FA E �Q E -0a PHASE DiAGRAM POLE DATA NOT f PED PUSH BUTTON ROLE LOCATION —F USED ME HEIGHT SIGNAL M.A. MA. WATTS VIX II 01y 02 03 04 O — NOT I9 Io I 3P M, IS' USED SV4TA i 03 1 06 1 07 1 08 won41v1 uoiM N AVRO POLE SCHEDULE POLE DATA HP SOD VAP I SIGNAL MOUNTING PED PUSH BUTTON ROLE LOCATION ME'A'SION No ME HEIGHT SIGNAL M.A. MA. WATTS VIX MA FOR O PEOPHASE I 1 BIKEPHASE A O I DOUBLE FACET ISNS 1 I9 Io I 3P M, IS' 2% SV4TA a4uI EXISTING EXISTWG 3 Ip IP IVFJ 9PII �� EXISTING EXISTING 3 IT2.M) ]0 2V IS' 25D sv.Ll fi1fISON. EXISTING Ne.ymfine, 4 IA IV __� _� 0 Ex.s.6 EIUSTMG 5 26A ]O 45' 15' 250 9v.bT E.NAR srvrt �_ EXLSTMG EXISTING Su.R: 6 IA 10' tV 6P.I.i IF EXISTING EXLSTMG 7 PM-n w 25' IN 250 5 Mn8 sAIT ETGSTING EXISTING R IA la 1 v.I rvlx 1 0 EXISTING EXISTING • FPS WITH SPECIAL BICYCLE SIGN (SEE SPECNL PR )V RUTS& STP9141.1 RO REPLACE WITH NEW ADA BUTTON ASSEMBLIES TRAFFIC SIGNAL MODIFICATION PLAN LDm wa NEWPORT BARBARA ARRIVE AT BANTA BARBARA DRIVE Fa m.<xn•Ilw ry I"'mL° °"'"' CITY OF NEWPORT BEACH -5994 as E REVISIONS PUBLIC WORKS DEPARTMENT rtrr 2.1 ° CONDUCTOR SCHEDULE � P.- PE9PITRUNFUSTUA RON 4I AWG CIRCUIT T Ai FDOXLNN a 4 MA. #14 01 ©100 03 . l 3 03 °ae 14 3 - -S 3 04 I , . 3 1 07 3 05 J 3 ) °aa° 3 06 Ip 3 3 6 OR 3 1 3 3 6 02P 3 RAJA 2 - 2 04P i+us ED OR 0 ] 1 2 OFF 2 2 2 2 4 08P 2 2 2 2 02 PER _ I 1 BC FEE 35' 37 IS' 200 uWS 06 PPB I I 1 1 2 OEM I 1 1 1 02 HER 0 mum 1 T 1 1 m6BPB I i I sv84 1 08BPB T I it PPB &HPHC WON I I 1 1 2 Ill sP TT —T 0 F 3' SPARES 3 3 3 3 6 TOTAL IT IT 30 20 51 #10 SIGNAL &SIGNCOMMON I i I I LUMUNAME 2 2 3 3 2 TOTAL 3 3 3 3 4 [)at. Loop Cable 4 #18 01 I I 1 1 03 - 2 04 _ _ _ 2 2 ms 1 06 1 2 2 - 2 06 . . 2 - 2 TOTAL 2 3 5 2 10 INTERCONNECT 'tl' . . . I 1 INTERCONNECT i� - - - - E.V.P. Cable 1 1 2 CONDUIT SIZE r r r 2r' z3' CONSTRUCTION NOTES (FOR THIS SHEET ONLY ❑j REMOVE E%ISTMGCONDSOLLER CABMEF. ALL PLUGABLES .IMMOMOTHE821000NTPOMER, SHALL BE DELNEREDTOME.. CITY OF NEW WRTBEACH O PROVIDE AND INSTALL NEW ECOMLIM ASC-3ISIPo CONTROLLER ASSEMBLY IN A NEIV TS-2 TYPE 2 ME N' CABINET, ON EXISTING FOUNDATION THECABINEI MAIL, INCLUDE ALL NEW PLLOAHLU.RACKM EDOPTICOR) WITHFOU4MMELPHASESMELTOR13MT ,ANDALL MISCELLANEOUSAUATLIARVE QUIPMENTPERT PWNSANDSPECW.PROVISIONS QPROVIDE AND INSTALL NPWTYPE II MODIFIEDSERVICEON NEWTYPE 'P- CABINET PER CRY OF NEWPORT BEACH SIM 10-L AND THE SPECIAL PROVISIONS QPROVIDE AND INSTALL NEW BATTERY BACKUP SYSTEM ON THE LEFT SIDE OF THE NEW TYPE "P' CABINET AS DETAILED IN THE SPECIAL PROVISIONS. O PROVIDE AND INSTALL NEW 3M MODEL AM OPRCOM QETMMSS USING PELOO ASrRO MM- BRACKET OR EQUAL(OSIAH, "A "I TWO NEW 7N PHASE SELECTORS, AND 34 UR CABLE SALVAGE EXISTING DETECTORS AND PHASE SELECTORS TO ME CRY OF NEW PORr BEACH, O REMOVE AND REPLACE CURB ACCESS RAMP PER CRY OF NEWPORT BEACH SM. I8LL.AXCllO. MODIFY CURB ACCESS RAMP TO ADD TRUNCATED DOFSE PAVERS TO MEETING CUAB RAMPS PER © CRY OF NEWPORT BEACH STAIM.LL/D q� INSTALL NEW A HIGH PEDESTRIAN PUSH BUTTON MLE ANDADA PUSH BUTTON ASSEMBLY FOR PHASE6 THE POLE SHALL BE INSTALLED WITHIN Y OF MARXEDCROSSWALK LINE ADJUST HEIGHT PER CALTRANS STANDARD PLAN ER -TA Sl"91 V A IAG"' DR. IB RELOCATEPULLBO% FRIEND EXISTING CONDUH AND MEW WIRES TO NEW PULLBOX. RAV� I INSTALL R24 MO U -TURN) SIGN FACWG NORTHBWNDTRAIRC IRVINE AVE B REM[NEE%ISTNG WNDUCTgiS PNOMBTPSL NEW Tfgp14XGUr, E%�PT FIXV IMERWNVECT CAHLE. � P.- PE9PITRUNFUSTUA RON 4I { I -I2'C & 12 FAIR ITT ICCTO BPo- ®LYCIE WBXBVRON Ai FDOXLNN _._ S DR TAPPETS SfiG"M IL) GENERAL NOTES: 1. ALL WORK. MATERIAL AND MUIPMENT SHALL HE MOURNER BY THE CONTRACTOR AND CONFORM TO( I) THE SPECIAL PROVISIONS FOR THIS FRDIECI,(2) THETRAFFIC SIGNAL MODIFICATION PLANS FOR FOR PROJECT. LU THE STATE OF CALIFORNIA, DEPARTMENT Of TRANSPORTATION, STANDARD PLANS AND STANDARD SPECDTCARONS DATED MAY MR (dl THE GHME OOW STANDARD SPECIFICATIONS FOR PUSUC WIRES CONSTRUCTION, NO3 ED, AND 0) THE CRT OF NEWPORT BEACH DESIGN CRI ME . SIAMMM SPECW. PROVISIONS& STANDARD DRAWINGS, EWd ED 2 THE CONTRACTOR 15 UNRURED M ASCERTAIN THE E%ACF LOCATION OF UNDERGROUND FVAI ITESPRFORTOOOMGWOgRC TORSGUNDERGROUNDMEMRW ESHOWNASPER AVAlTIB RECORDSTHE CONFACTOR SHALLBEXTEMNERLEFTIRVERD'YMGTHE ACNAL LOCATION RE CONAN DELEVATIONMINEFIELDPRIORTO BEGINNRM .CONSTPU ALL S TNECONTMCfORMUMOFBTAl MPRIERE THESTMRSANON0W1 ON.FTS COMPANIES IMINIMUMOF48HOURSPRIORMTH£gTER LPMNSIWCI80N.ITSHALLBEG@ i RESPONSIBILITY OF M¢COMRpCIOR TOCOORDINATE ALL PHASES OF THE CONSTRUCTION THE CRY VA SHALL TROVE THE EXAME4 LOCATION THE CT OR LOOPS. AND CARE SIN LC FIELD OFALLEMAST ULLBOLIEL,CATIONS DELEMORLOOPS,ANDCABM£TS INTHEFIELD POENMDONPA POLE LOCATONS 5 ALL PIRL BOXES SNALLBENO LUNLFA OINBRWISENOTEDONPLANS 6 ALL SALVAGED MATERIAL ANDFQUUMMI SHAMBECOMFTHEPROFEATYOFRIE CONTACTOR,E%CE"MFF MTED, SHALLBESALVAGEDMTFB :CRYOFNEWPORTBFACH. ) ALL TRARR PS LOO, SIGNING, PAVEMENT MARKERS, AND STRIPING SHALL BECOMPLETED PRIORTOSIGNALTUPNON S. 7NECO3CIRACM&SMA NOTIFVMECITVATLMV4s HQV"WM VMCEOFTHE ELECTRICAL WORK AND PRIOR TO REALUE ED INSPECTIONS 'J ALL PEDESTRIAN AND HIRE RUMORS SHALL BE REPLACED NflV WITH APPROVED AD A SUMMIT ASSEMBLIES, PER THE SPECIAL PROVISIONS. ALL BUTTONS SHALL BE INSTALLED TO 40 INCHES ASOMFMISMOGRADE PLUG EXISTING HOLES WITH GALVARMED PLUG 10 INSTALL ALL NEW CDMO TT R4IN EXISTING CONMIRS PNgTMMSTALLMGNEW BRUSH, EXIMMGUMTN COMPRESSED CONDUIT SNAIL RECLEANED WITH LLEDTHROVIC . WIRE BRUSH, BLOWN OUM WITH COM0.ESSED a1R,AN0THFNA MANpTFL W LLEDTNROUGx. II ALL NEW CONDUITS SHALL DE PVCSCNEDULEeO ATA MDRMUM OEMNPER N,E<20M, IL SIGNAL SHALL REMAIN M OPERATION AT gLLTIM6.IXCER AS NOTED MTI@SISIPl PROVISIONS M. ALL VEHICLE HEADS SHALL BE IT' AP.HEADSAND HARDWAREM BE REPLACE ➢NEW. -/� UN LIMIT LINE 1 SD — ED — ED LIR'C& 48 V ° -SPMOHINDSWLLLSERVOSMAINILOWln1 Mr 1. U..CAPAAUMVR 'xnmm. PALL Rw.D a 1 RFm.m MBIMIP4. .PA, dX AMAR5 NMSEM PODAL DLNCraR XYRAME RUIN, REAHwIm R/W a ^[AV.E%14NSItM -t' LL 6Ax PHASE DIAGRAM r SO' -' )- NOT 4I { —o- USED - + - -IS -- S S S 1 _.._ g ._ g _. g _._ S HEIGHT MA. fl 011 ©100 03 04} - -S b— 0 °ae 14 1 - -S — 35' I , 05 06 1 07 1 08 �• 0T -1i EXISTING CONDUIT, LpLC 0 °aa° 2 ^` A Ip ° -SPMOHINDSWLLLSERVOSMAINILOWln1 Mr 1. U..CAPAAUMVR 'xnmm. PALL Rw.D a 1 RFm.m MBIMIP4. .PA, dX AMAR5 NMSEM PODAL DLNCraR XYRAME RUIN, REAHwIm R/W a ^[AV.E%14NSItM -t' LL 6Ax PHASE DIAGRAM r SO' -' )- NOT 4I { —o- USED - + - -IS -- S S S 1 _.._ g ._ g _. g _._ S HEIGHT MA. fl 011 02 03 04} - -S b— NOT USED B 14 1 - -S — 35' I , 05 06 1 07 1 08 DETAIL "A" ..'. vmD ail p Rc PAMPIRLWNO —5p -5 Sp SO' -' )- HE SOD.VAP SF4TOLUAETIIIR�� %_ POLE CARDS __ - + - -IS -- S S S 1 _.._ g ._ g _. g _._ S HEIGHT MA. —S WATTS VEN MA RED - -S WAREHAM A B ISNS 1 - -S — 35' IS 2W ..1 MAR IV 1-1 RP -LT �• 0T -1i EXISTING CONDUIT, LpLC 2.5' 2 ^` A Ip rvl? 6F ® 5' 25' 3 RAJA 15' ED 15' i+us ED OR 0 SD V XG ED P --- ,. T 9D — ED — SO — SD v— SD — BE IA IF.) T 01 5 � _ IYA3 35' 37 IS' 200 uWS R1'IT FFI-1 _� T 33 R1AV 6 1 so 0 A -(19 1 T 12A Z' 35' I I /I R/W J SCALE: F Gfl' w m *POLESCHEDULE MILE DATA SIGNAL HE SOD.VAP SIGNALMOUNTING M) PCOnSHBUTTONM) POLE CARDS TWE'A ' SIGN (DOUHLEFACE2 M TYPE HEIGHT MA. MA WATTS VEN MA RED PEDMASE WAREHAM A B ISNS 1 P—All vIATE) 1 33 35' IS 2W ..1 MAR IV 1-1 RP -LT �• 5' 2.5' 2 Ip rvl? 6F ® 5' 25' 3 RAJA 15' 25' 15' 2q1 i+us SIF, ..i 35 nvE d IA IF.) T e 5 IYA3 35' 37 IS' 200 uWS R1'IT FFI-1 _� 6S 33 R.yrlpGGRR 6 IA(EI IV 0 T 12A Z' 35' 2V IF m MAS sv84 HPLT T 25' 8 IA Itl Ill sP TT —T 0 F 3' • ALL EQUIPMENT NEW E%CEPTAS OMMVISESHOWN 0 PPB MIIA sPEC1AL BICYCLE SIGN& TIMMO CIRCUITRY (SEE SPECIAL PROVISIONS & SMAN-L1 IF) MISTING