Loading...
HomeMy WebLinkAboutC-4841 - 2011-2012 Traffic Signal Rehabilitation ProjectCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC January 22, 2014 PTM General Engineering Services 5942 Acorn Street Riverside, CA 92594 Subject: 2011-2012 Traffic Signal Upgrades Project — C-4841 Dear PTM General Engineering Services.: On January 22, 2013 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 31, 2013. Reference No. 2013000065051. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0568141. Enclosed is the Faithful Performance Bond. Sincerely, I� Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 9 www.newportbeachca.gov City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 BOND NO. 0568141 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,656.00 being at the rate of $14.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PTM General Engineering Services, Inc., hereinafter designated as the "Principal", a contract for construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4841 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Forty -Seven Thousand, Fifty and 00/100 Dollars ($547,050.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 20TH day of APRIL p 2012.E " s PTIA General Engineering Services, Inc. �Authori d Sign ureMtle (Principal) Ilk INTERNATIONAL FIDELITY INSURANCE Name of Surety 534 EAST BADILLO STREET COVINA CA Address of Surety 626-859-1000 Telephone PHILIP E. VEGA %' Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTQR AND SURETY MUST BE ATTACHED 30 Tel (873)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing ur the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing wider Lisa laws of file Stale C Pennnysylvama. having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint JADON H. SMITH, MYRNA SMITH, PHILIP E. VEDA i y, Cov in. a. CA the;; Uue. and lawful alinrney(s} in -fact. to execute, seat and deliver for and on its behalf as surely, a1y and all bonds and undertakings contracts of IndmniD and other wl ihns obligatory In the nature thereof, which are or may be alloweQ required or permitted by law, statute, tote, rei: Lllaien contract or olhs rwisf and file execution of such inslrumenl(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSHRANC COMPANY and ALLEGHENY CASUALTY COMPANY, as filly and amply, to oll intents and purposes, as if the sonic had been duly ONeallled 01 acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and ma be revoked, pursuant to and by autimrily of the B -laws of INTERNATIONAL FIDELITY INSURANC COMPANY and ALLEGHENY CA5UALTY COMPANY and is granted under and by autiwrity of the following resc4ution adopted by the Board of Director of INTERNATIONAL FIDELITY INSURANCE COMPANY ata meeting dui held on the 20th day of July, 2010 and by the Board of Directors 01 ALLEGHEN CASUALTY COMPANY of a meeting duty held on the 1548 day of August, 2000: "RESOLVED, that (1) the President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments c Akio,neys-in-Fact of agents with power and aulhon as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporatism and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnityy and other written chills�))alions in the nature (hereof cis related Lherelo; and (2) any such Officers of the Corporation may appoint and revoke the appoiolmeots o(joinL-control cuslodi2ns, agents for acceptance o Li ocess, and Aparneks-In-fac(wish authority to execute waivers and consents on behalf of the Corperalian; and f3) he signalure of any such OlTics:r of Ill orpoc,qlion,incl Ate Corporations seat may be affixed by facsimile to anyy power of allorney or certificalioo given ur the axacu6on of any band, ondcdaking reco?9nizincie contract of indonlni% or other written obligation in the natuni thereof of related theret9, SAIL signature end Seals when So Used wheihe; ?'torelafor'e ar I}ereafter, I Ing hereby adopted by the Corporation as the original signature of such officer and the original spal of the Corporation, it) lap. valid qnd binding upon the,. Corporation with file same farce and effect as though manually affixed " IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each axc:CUled atlesled Ihcse presents on This 12Lh clay of Mach, 2012. STATE OF NEW JERSEY County of Essex s ROBERT W. MINSTER Executive Vice PresidLoVChiof Operating 011icar (Inte<'na4ci Fidelity Insurance Company) and President (Alleghr..ny Catcualty Company) , On this 121h dray of March 2012, before me came file individual who executed the preceding instrumont, to me personally known, and being by roc, du sworn, said Ire I;; the ihercin desrril�ed xnui authorized officer of IN -fERNA-fIONAI_ FIDELITY INSURANCE COMPANY and ALLEGHENY CASUAL COMPANY: Ihni the Seals affixed to said ioslrumpnl aro the Corporate Sonls of said Companies; Ih,at Iho said Corporntc Seats and hi s nignuhne wen d;:ly ra[fix oil by order (i(flip Boards of Direclnrs of snicl Cotnl7fullas. IN TESTIMONY WHEREOF, hav!: hcreunb flol nay hand affirrd my 011irinl Soc �,,,,,,,.,,• at the City of Newark, New Jersey the clay and year Issl oliovr, wnllen, A NOTARY PUBLIC OF NEW My (:ornmission Ezpi«9s Mar. 27. 2014 CERTIFICATION untleripncri officer of IHTERNATIONA.L. FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hore411 rr,�tldi, thri I IVIvr Compal ed the foropoing ropy of the Powoir of Atinrncy and affidavit, and the copy of the Sections of the By -Laws of said Companies as sea torts: to sale Power of Attorney, with the originals on lik_ in the home oflice of said romp"im s, and Thal the carne are cnrrerl Inn,crifds (here ol, and of thw wfioln of Ihr, said originel , and thal the said Power of Attorney hes nol been revoked and is now in full force and effor.L. IN 'I E£}'I IMO iqY WPI F_R EO F, I have I'nren n in s c I my hand Ihis 20TH rlay of APRIL, 2012 MARIA RRAAIr'.0 A,,, ;",.+; Co �.cd ary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT C"W care 411" State of California County of Los Angeles On APR 2 0 2012 before me, Monica Blaisdell, Notary Public Dale Here Insert Name and TIIIO Of the Officer r personally appeared Philip E. Vega A 6<�.r SSE+- - Commission II R 1970845 "try PUNC - caiNomis s =Orange CouMy emycomme Iran Mar 26, 2016 + who proved to me on the basis of satisfactory evidence to be the person(* whose nameoK iaAwe subscribed to the within instrument and acknowledged to me that hem executed the same in hisA*4tw . authorized capac4jhWj, and that by his&*i9b>>8fr- signature* on the instrument the person*, or the entity upon behalf of which the personM 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. e Signature: Place NotarSeal )twve ��•%Nm- .. All Purpose Acknowledgement Stateof California Countyof Riverside On`Y {fit( )' .before me. Elizabeth H. M. McRae ('date) (notary) personally appeared, Brian Mendoza ❑ personally known to me — OR -- ELIZABETH R, K MCRAE Cow# 191081a NOTARY 118M,1111111NU RIVERSIRE COUNTY MY Comm, Em OCT, 29,1614" (seal) (signers) proved to me on the basis of satisfactory evidence to be the person(s) whose name(# iskrracsubscribed to the within instrument and acknowledged to me that he/sheit" executed the same in hls/Awfteif authorized capacityoai)k and that by hls/!Y$Cll MIr signature(,$) on the instrum nt the personal or the entity upon behalf of which tge person(x) acted, executed the instrument and official seal (notary signature) OPTIONAL INFORMATION The information below is not required by Yaw. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) title(s) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document ❑ Partner(s) Number of Pages ❑ Attorney -In -Fad Trustee(s) Date of Document Guardian/Conservator ❑ Other. SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) Other Right Thumbprint of Signer (if required) 11111 11111 OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC April 11, 2013 PTM General Engineering Services 5942 Acorn Street Riverside, CA 92594 Subject: 2011-2012 Traffic Signal Upgrades Project - C-4841 Dear PTM General Engineering Services: On January 22, 2013, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 31, 2013, Reference No. 2013000065051. The Surety for the bond is International Fidelity Insurance Company and the bond number is 0568141. Enclosed is the Labor & Materials Payment Bond, Sincerely, -4 .` P*'— Leilani 1. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 + Newport Beach, California 92658-8915 Telephone: (949) 644-3005 . Fax: (949) 644-3039 • www.newportbeachca.gov City of Newport Beach FY2011-2012 TRAFFIC SIGNAL. REHABILITATION Contract No. 4841 BOND NO. 0568141 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to PTM General Engineering Services, Inc., hereinafter designated as the "Principal," a contract for construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4841 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Forty -Seven Thousand, Fifty and 001100 Dollars ($547,050.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, Implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to fife claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 20TH day of APRIL '2012, PTM General Engineering Services, Inc (Principal) INTERNATIONAL FIDELITY INSURANCE Name of Surety 534 EAST BADILLO STREET, COVINA CA Address of Surety 626.659-1000 Telephone q), to / uthorized 1 jnaturefritle'�- COMPANY Author A nt Signature PHILIP E. VEGA Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 Tel(973)624-7200 .POWER OF ATT.ORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 DW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existin7 ur laws of the Slate of New Jersey, and ALLEGHENY CASUALTY COMPANY a corpora fall organized and exrsOng under the laws of the State r innysylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint JADON H. SMITH, MYRNA SMITH, PHILIP E. VEGA i ..Covina. CA. their true and lawful atlniney(s)-in-fact to execute, seal and deliver for and on Its behalf as surely, ally and all bonds and undertakings, contracts of indemnil+ and other wrilin s obligatory m the nature thereof, which are or may be atlowe(1, required or permitted by law, Statile, rule, rec�utalion,contract or otherwtsi and the execulion'of such ins(rumenl(s in ppUrSUVICe of these presents, shall be as binding upon the said INTERNA11ONAL FIDELITY INSLIRANC COMPANY and ALLEGHENY CASUAN COMPANY, as fully and amply, to all intents and purposes, as if ilia Sarno had been drily eXBCtd P.d 11 acknowledged by thalr regularly elected officers at their principal offices. This Power of Attorney is executed, and ma be revoked, pursuant to and byy authority of the SQaws of INTERNATIONAL FIDELITY INSURANC COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Director. of INTERNATIONAL FIDELITY INSURANCE. COMPANY at a meeting duly, field on the 20th clay of July, 2010 and by I11e l eld Board of Oil of ALLEGHEN CASUALTY COMPANY at a meeting duty held on the 1 alh day of August, 2000: "RESOLVED, that (1) the President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments r. Attorneys -in -Fact or agents with power and aulhori( as defined or limited in their respective powers of attorney, and to execute on behatf of the Carooralia� and affix the Corpora lion`s seat thereto, bonds, undertakings, reaognlzances, contracts of Indemnity and otherwritton obi'a aligns In the nature ihr rerif to rotated thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint^control custo�ta ll, agents for accu phance e process, and Ahorncys-in-fact with aiulhorily la execute waivers and ponsents on behalf of the Corporation; and (3) the signature o(any such (llficrr o! Ih C,orpomhon and the Go, pal alibis s seal may be affixed by facsimile to any power of attorney or certification given for (he execution of any bond, undertaking reengg»izanCe sen{rac4 aE inc4emnity craftier wr4ltea obt�ga(ion in toe nature thereof or related thereto, such signature and eeais when so used whniirw hcrstoFore ar hareattel', being herZU adopted by the Carpondion as the original signature of such officer and tine origins! soil of lite Corporation. in tie valid and binding upon ilia Corporation will ilia same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have e::ich executed alloslod Ihoso presents on this 12th day of March, 2012. •L? 1J/+ /%',,ti r".--."`. ;?� �i� STATE OF NEW JERSEY County of Essex 1904' ROBERT W. MINSTER Exaculive Vice Prasidenl/Chia( Opoialing Olficrn (internmionai Reality Insurance Company) and Presidoi rt (A#ferfhmny Casualty Company) On this 12th day of March 2012, before me came the Individual who executed ilia preceding instrument, to me personally known, :and, bolnQ by mm du sworn, said lie is the (herein described and aulhodred officer of INTERNATIONAL„ FIDELITY INSURANCE COMPANY and ALLEGIACNY CASUAL COMPANY ; that the seals affixed to sold instrument are the Corporate Seats of said Companies; chat ihra said Corporate Sella and his si(pisNrn wr:n duly affixrg(I by order of the hoards of Directors at said Compantes. 1f,) TESTIMONY WHEREOF, I h'<wa heraanio sal my hand nkix¢d lily O(firial @;e: at the City of Newark, New Jersey the day and year fired nbavr wnitert. A NOTARY Pt. PUC OF ill -W .IV_W;i-Y My Cornmission Expires, Mar. 27. 2014 '�r"""• CERTIFICATION I, the undr-rslgned officer of INI-1111NATIONAL FIDELIT`! IN SORANCJE COMPANY and ALLEGHENY CASUALTY COMPANY r,IG horohy saltily lord I hu", comic iced the foraigoing copy of the flower of Attorney and affidavit, and the copy Willa Sections of the By -Laws of void Companies as scat forth in g•+rlrl Poweu of Attorney, with ilio uric; naffs on Epo in the home o[tice of sairi companies, and fhaf the same are corrca t Vranscripls it3erc:o4, »az) pf ttrc: wfinle of ilia said originaln, and that the said Power of Allorney has nor born revoked and is now in full force and eflocl. IN TESTIMONY WI-IERIEOF, f have 0er6untrr set my hand this 20TH day or APRIL., 2012 MAFIA priAnlrrt hzri�m,a Gnnre.lanr CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT crm com g »es State of California County of Los Angeles On APR 20 2012 before me, Monica Blaisdell, Notary Public owe Here Insert Name and Tide at the Otfimr personally appeared Philip E. Vega Names) of Sipner(s) who proved to me on the basis of satisfactory evidence to be the person* whose nameoq is/me subscribed to the within instrument and acknowledged to me that he/ executed the same in hisAA44boW authorized capacitytNg, and that by his&40bek- signature* on the instrument the persorf*, or the entity upon behalf of which the persontA acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature:) 1rt3 Ya ith 4 Piece Netaty Se81 Above ...... _. ... ...—_.... A"nnen ye M Nnea�..pyhl _ All Purpose Acknowledgement Stateof California County of Riverside On� 14i ( '�- ,before me, Elizabeth H. M_ McRae (date) (notary) personally appeared, Brian Mendoza (signers) ❑ personalty known to me — OR — ® proved to me on the basis of satisfactory evidence to be the person(.) whose name(# isAmezubscribed to the within instrument and acknowledged to me that he/sheft" executed the same in hisd"Mk* authorized ELIZABETH k. tb. R1CRAE capacity(, and that by hisfti: *Xsignature(�) on the - Coram. # 1910818 instrument the personal or the entity upon behalf of yr NOTARY PU9uC-CALIFORNIA N wh' h the person(s) acted, executed the instrument RIYERnE COUNTY my Ooem. Exp. OCT, 2414 " hand and official seas (seal) (notary signature) OPTIONAL INFORMATION The Information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer titles) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Guardianiconservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ios) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Tn'd2p int of Signer (if required) RE F RECORDING REQUESTED BY AND Recor ed in Official Records, Orange County WHEN RECORDED RETURN r�� f 3 nee Ramirez, Assistant Clerk -Recorder -� I� I II II III!I �!I I) II� I I!II III NO FEE City Clerkt _� *$ R 0 0 0 5 5 6 0 5 2 2$ City of Newport Beach 013000065051 10:54 am 01131113 3300 Newport Boulevard CIT„ -` )RTN12 1 Newport Beach, CA 92663 00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newpori Beach, California, 92663, as Owner, and PTM General Engineering Services, Inc. of Riverside, CA, as Contractor, entered into a Contract on April 10, 2012. Said Contract set forth certain improvements, as follows: 2011-2012 Traffic Signal Upgrades Project - C-4841 Work on said Contract was completed, and was found to be acceptable on January 22, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is International Fidelity Insurance Company. BY'/ 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. Executed on U ►IIY �� , at Newport Beach, California. BY W YVI City Cler '%�VRNIA OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC January 23, 2013 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: 2011-2012 Traffic Signal Upgrades Project (C-4841) Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely, wp� Leilani P. 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 •- r 51 - M 01 V i0q Es 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 PTM General Engineering Services, Inc. of Riverside, CA, as Contractor, entered into a Contract on April 10, 2012. Said Contract set forth certain improvements, as follows: 2011-2012 Traffic Signal Upgrades Project - C-4841 Work on said Contract was completed, and was found to be acceptable on January 22, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is International Fidelity Insurance Company. m Public Works D'irecto`r City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. An Executed on 1t+ tl� at Newport Beach, California. BY�' City Clerk City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 BOND NO. 0566141 •' :*Zia The premium charges on this Bond is $ 7,656.00 being at the rate of $ 14.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PTM General Engineering Services, Inc., hereinafter designated as the "Principal", a contract for construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4841 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Forty -Seven Thousand, Fifty and 00/100 Dollars ($547,050.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20TH day of APRIL _ , 2012. PTM General Engineering Services, Inc. (Principal) INTERNATIONAL FIDELITY INSURANCE Name of Surety 534 EAST BADILLO STREET COVINA CA Address of Surety 626-859-1000 Telephone arized Signatureffitle 7 Signature PHILIP E. VEGA v Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED no] Tel(973)024-7200 POKIER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL h^EN BY THESE PRESENTS: The the laws of the State of New jersey, and ALL4 Pennnysylvania. having their Principal office in ilia JADON H. SMITH, MYRNA SMITH, PHILIP E. VEGA INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing rir OHENY CASUALTY COMPANY a corporation organized and existing under Ilia lahvs of the Slate C City of Newark, New Jersey, do hereby constitute and appoint i I Colina. CA. Ihur (I rre and lawful Iromey(s)-io fact Id execute, seal and deliver fir and on its behalf as surety, a1Yy and all bonds and unnor [ak6igs cont, acts of indemniI and other witi one obligatory in the nature thereof, which are or may be allow so, required or permitted by law, sialine, rule, re�ulali0n, coil[Factdr nihenwise and the execution of such Inslrmneni(s) hi Pursuance of IheSs Presents, shall be as binding uW upon the said TERNA'IANAL FIDELITY INSLIRANC COMPANY and ALLEGHENY CASUAL rY COMPANY, as fully and amply, to all inrun s and purposes, as it the same had been duly 0xoculed 11 acknowledged by (inch rogularty elected officers it their principal offices. This Power of Atomic is executed, and ma be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANC COMPANY and ALLEGHENY CASUALTY COMPANY and Is granted under and y authority of tele following resolution adopted by the Board of Director - of INTERNATIONAL FIDELITY INSURANCE COMPANY at a moeling duty, held on the 20th day of July, 2410 and by ilia Board of Director of ALLEGHEN CASUALTY COMPANY ata meeting duly held on One 15th day of August 2044: "RESOLVED, Iha( ('I) the President, Vice President, at- Best elany of the Corporollon shall have the power to appoint, arid Io revoke (hu appointments c Attorneys -in -Fact or agents with power and authority is defined or limited in their respective Powers of attorney, and to execute on Dehatf of the CorpOratio and affix the Cc, ponehon's seal thereto, bonds, undertakings, rec0gnizances, contracts of indemnityy and 011)01 written frolic} cions in the nahtle Ihrrenl o. (court thereto; and (2) any such Officers of [lie. Car may aPpont and revoke the ap hointrl=l of joint -control custodians, agent; for ;iccoplmce o firocess, and Allot net'ys-in-fact wish authority to execute waivers and consents on behalf of tine Corporalion; and ((3) the signatrn'e of any such (lffiCCr' Of it, Cal poralion and 111. Corporalioi s seal may be affixed by facsimile to anyy Prower of aitomay er cartification given for the e,XOCUlfen of any tx;nd, orator recot�nlzance contract of indemnityy of other written obligation in the r2ore thereof or refaled thereto, such signature and seals when so uro."d wheihrr hereto Core or InereaP4er being hereby adopted by life Corporation as the original signature of such officer and file original seal or the Corporation, k1) bo. W110 and handing upon the Grorpce5tion win€n fire same force and effeck is lbough mauutsfly affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each ex(rculed ahoslod these rimsonts on this 12th clay or March, 2012. STATE OF NEW JERSEY '`�\t�7, County of Essex / �? 193fi ROBERT W. MINSTER Ex0crdive Vice President/Chiof Opumlinq Olfinnr' (intemafiooal Fidelity tner.urd mel Compmny) and PrnsidPsli {S11legheny Ca ;rally Comp,:mY) On this 121h clay of March 2012, before are cantle the Individual who executed the preceding iestn.nnent, to mo pot:sonaily known, arid, bring try inti, Cht ,two, n, sand ho is tht5 thiamin dascrbaed ;111(1 aulhol7zed offacti of INTERNATIONAL FIDELITY INSURANCE COMPANY oral ALI-EGlIF_NY (;ASt IAL COMPANY , ihr n the !ie]IS , (fixed to strid Instrument are lira Corpouele Seals of said Cowponies; Ileal Iha staid Corporate Senls and Intl eirpl n nn we n dilly adrirad by From of Iho Board, of Dln,clors Fit snid Companlr,s. CERTIFICATION L 7Prru rmdr ufgned officer of IIbtTERNAHONAL. FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY to tmrgi>y c,rr iy IPWI I narvr r,:emlpefod the foregoing copy of the f owmr of Ailorney and affidavit, and the copy Of Ilia Sections of the By-laws of said Companir., as sal forth in stain Power of Attorney, will) the originzts on firm In the home office of said companies, and Thai ilii: Same are correct lransrrifAs thereof, and of fIrra w1roln Of the serzl originrilti, and Ihai the said Power of Attorney has not been revoked and is now in [tilt force end aired. NI I'1-- Ij I MONY yvi REOF, I have horrvunto sal my hand this 20TH clay or APRIL, 2012 MARIA RPANI-n IN L-E$TIMONY WHEREOF, I have herer,urio oct my hind eflixed my t1lfki:d sl rhe City of Newad<, New Airsry the day and year fu'sl obovo wriflcn. h t) TAif r'itc`? Po- Gr NE, My Gornmiesinn Ezp¢n5 RAar. 77, 2014 CERTIFICATION L 7Prru rmdr ufgned officer of IIbtTERNAHONAL. FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY to tmrgi>y c,rr iy IPWI I narvr r,:emlpefod the foregoing copy of the f owmr of Ailorney and affidavit, and the copy Of Ilia Sections of the By-laws of said Companir., as sal forth in stain Power of Attorney, will) the originzts on firm In the home office of said companies, and Thai ilii: Same are correct lransrrifAs thereof, and of fIrra w1roln Of the serzl originrilti, and Ihai the said Power of Attorney has not been revoked and is now in [tilt force end aired. NI I'1-- Ij I MONY yvi REOF, I have horrvunto sal my hand this 20TH clay or APRIL, 2012 MARIA RPANI-n CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1189 State of California County of Los Angeles On APR 2 0 2012 before me, Monica Blaisdell, Notary Public Date Hare insert Name and T )e of the OKcer personally appeared Philip E. Vega Nan*st of Signets) MONICA BLAISDELL ZXCommission # 1970645 < XNotary Public - California Orange county a M Comm. Ex Fres Mar 26, 2016 W who proved to me on the basis of satisfactory evidence to be the person(* whose name* isAw subscribed to the within instrument and acknowledged to me that heh*e0AW executed the same in hist authorized capacitytieg, and that by Nos signature( -O' on the instrument the person*, or the entity upon behalf of which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Notary Seal Above _. ___ Cuna+va r,fNm=r•.Pyppp,. All Purpose Acknowledgement Stateof California County of Riverside On t (-I-V(( L before me, Elizabeth H. M. McRae (date) (notary) personally appeared, Brian Mendoza ❑ personally known to me — OR -- ELIZARETH H. M. gCRAE Comm.9 1919816 rr� NOTARY PUBLIC -CALIFORNIA u1 a, RIVERSIDE COUNTY ✓c , WY COMM. EXP. OCT. 2, 29,, N14� (seal) (signers) proved to me on the basis of satisfactory evidence to be the person(4 whose name(skisiaaacsubscribed to the within instrument and acknowledged to me that he/siteAI;v,-y executed the same in hlsth§T tIBg(r authorized capacity(ve,Bk and that by his/WWA4i4!r signature() on the instrum nt the person(g) or the entity upon behalf of which lye person(BIO acted, executed the instrument and official seal (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint of Signer (if required) < ....v CITY OF NEWPORT BEACH City Council Staff Repot AgendJanuarNo. 22.2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb@newportbeachoa.gov PREPARED BY: Brad Sommers, Senior Civil Engineer APPROVED: TITLE: FY 2011-12 Traffic Signal Rehabilitation Project — Completion and Acceptance of Contract 4841 ABSTRACT: On April 10, 2012, City Council awarded Contract No. 4841 (FY 2011-12 Traffic Signal Rehabilitation Project) to PTM General Engineering Services, Inc., for a total contract cost of $547,050 plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project. 2. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after this Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Numbe Amount Transportation and Circulation Fund 7261-C3001007 $ 228,569.65 Gas Tax 7181-C3001007 369,050.00 Total- $ 597,619.65 P090 1 of 4 FY 2011-12 Traffic Signal Rehabilitation Project— Completion and Acceptance of Contract 4841 January 22, 2013 Page 2 DISCUSSION: Overall Contract CostlTime Summary Awarded Final Cost at Contingency Actual Contract Contract Time Time Under (-} Contract Amount Completion Target Change (days) or Over (+) $547,050.00 $597,619.65 i 10% or less 9.2% 90 +41 days As part of the ongoing effort to maintain traffic signal reliability and reduce traffic signal outages, the FY 2011-12 Traffic Signal Rehabilitation Project replaced aging traffic signal equipment and wiring at the intersections of Jamboree Road/Eastbluff Drive and Ford Road, Superior Avenue/Placentia Avenue, and Coast Highway/Jamboree Road. in addition to the rehabilitation work, the Superior Avenue/Plaoentia Avenue traffic signal was modified to add protected left -turn phasing for vehicles turning from Placentia Avenue onto Superior Avenue. The contract has now been completed to the satisfaction of the Public Works Department, A summary of the contract cost is as follows: Original bid amount: $ 547,050.00 Actual cost of bid items constructed: 547,050.00 Total change orders: 50,569.65 Final contract cost: $ 597,619.65 There were five change orders totaling $50,569.65. These change orders were the result of changed conditions that were not apparent during design. The change orders were for the following: Item No. I Description Amount Extra work required at the Jamboree Road/Ford Road-Eastbluff 1 Drive intersection to remove conflicting abandoned underground $ 5'260'71 utilities, relocate existing conduit, fiber optic cabie/conduit repair, and pavement restoration. Extra work required at the Superior Avenue/Placentia Avenue 2 intersection to repair pavement after underground utility repair $ 2,960.93 and to install an additional signal head_ Extra work required at the Coast Highway/Jamboree Road intersection to install conduit through a 3 -4 -foot thick pavement j 3 section, remove conflicting abandoned underground foundation, $ 10,394.14 and for extra excavation to expose an unmarked underground utility. Extra work required at the Coast Highway/Jamboree Road 4 to replace damaged conduit, install a conduit with extra thick $ 30,882.58 j slurry, including use of a special drill rig, relocate a pull box and associated conduit for ADA purposes, replace degraded z c4 FY 2011-12 Traffic Signal Rehabilitation Project— Completion and Acceptance of Contract 4841 January 22, 2013 Page 3 A summary of the project schedule is as follows: Estimated Completion Pate per ,July 2012 Schedule Project Award for Construction Contract Completion Date per NTP Substantial Completion Date ENVIRONMENTAL REVIEW: December 21, 2012 April 10, 2012 September 26, 2012 November 28, 2012 City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act. in addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. Submitted by: Public Works Director Attachment: A. Project Location Map Page 3 of 4 concrete sidewalk, curb and gutter to remove tripping i hazards, restore roadway surface, and install three temporary changeable message signs to provide advance notice of traffic signal outages. Extra work required at the Superior Avenue/Placentia 5 Avenue intersection to locate and uncover a damaged $ 1,071.28 irrigation line to be repaired by City Staff and to provide a credit for an over charrie for Chancie Order 2. Total Project Change Orders 1 $ 50,568.65 A summary of the project schedule is as follows: Estimated Completion Pate per ,July 2012 Schedule Project Award for Construction Contract Completion Date per NTP Substantial Completion Date ENVIRONMENTAL REVIEW: December 21, 2012 April 10, 2012 September 26, 2012 November 28, 2012 City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act. in addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. Submitted by: Public Works Director Attachment: A. Project Location Map Page 3 of 4 CITY CLERK ,I ',' [,' ♦) Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AIN! on the 20th day of March, 2012, at which time such bids shall be opened and read for FY2011-2012 TRAFFIC SIGNAL REHABILITATION Title of Project Contract No. 4641 $ 596,000.00 Engineer's Estimate A proved %✓ rs,/ Stephen G. Badurn Public Works Director Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "C-10" For further information, call Brad Sommers, Project Manager at (949) 644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.gov CLICK: Online Services /Bidding & Bid Results City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 INSTRUCTIONS TO BIDDERS 1. 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 substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations_ All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. 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. 891265, Class A, C10 Contractor's License No. & Classification PTM General Engineering Service Inc. Bidde Brian Mendoza, Vice President/Secretary Authorized Signature/Title 3/19/2012 Date 0 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL RI HABILITATION Contract No. 4841 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% 1, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 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 ttirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void, If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety 'turn ii obligations under this Bond. Witness our hands this 16TH day of M H 2012. PTM GENERAL ENGINEERING SERVICE, INC. h Name of Contractor (Principal) AuthorizedSianature'lritle 11 INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 534 E. BADILLO ST. COVINA, CA 91723 PHILIP VEGA, ATT' Address of Surety Print Name 626-859-1000 relephone Signature EY -in -FACT I itle (Notary acknowledgment of Prindpal & Sur must be attached) 5 ACKNOWLEDGMENT ..............................................................®.... ........ State of California County of I ss. On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the pe cn(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me hat he/she/they executed the same in his/her/their authorized capacity(ies), and that by s/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of whic he person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the I s of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ................................... ...............• ........................1 OPTI AL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Credible Witness(es) Identification 11 ❑ Check here if Capacity of Signer: no thumbprint _ Trustee or fingerprint _ Power of Attorney is available. —CEO/CFO/COO _ President / Vice -President / Secretary / Treasurer Other. Other Information: 11 ............................................................................... State of California / County of b ss. / On before me, f Notary Public, personally appeared s' who proved to me on the basis of satisfactory evidence to be the person(s)iwhose 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 hislher�fieir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. p I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ..................................... ....................................... OPTIONa LINFORRMATJON Date of Document Thumbprint of Signer e Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification _Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney _ CEO/CFO/COC President / Vice-Fj Other: Other Identification / Secretary / Treasurer 7 ❑ Check here If no thumbprint or fingerprint Is available. Tel (973) 624-7200 HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BLD BOND/R.IDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint ...................................................._...................................................-...........................................................................................-............................................................... PHILIP VEGA, FRANK MORONE$ Covina, CA. ............................................................. ............................. ........ ....... .................................. .............................. ............................. ..................... ...................... ........... ......... ....,.....E s now and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and ther writings obligatory in the nature thereof, which are or may be allowed, required or ermitted by law, stature, rule regulation, contract or otherwise, and Is execution of such instrument(s) in pursuance of these presents, shall be as bind"mg upon the said INTERNATIONAL FIDELITY INSURANCE :OMPANY, as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -In -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given. Purther, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on die 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to anysuch ower of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures or facsimile searshall be valid and bindmg upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company to the future with respect to any bond or undertaking to which it is attached. -I1 I /N`rr/IN y and°WRaOF,e INTERNATIONAL FIDDEIYINSsRANOhas ausedthis instrument to b e signed ttcorporate lba by auofficer, tliday of October, SEAL m INTERNATIONAL FIDELITY INSURANCE COPANY 1904 h STATE NEW JERSEY p County of Essex A� Secretary On tris 16th day of October 2007, before me came the individual who executed diePrecesim instrument, to me ppe�rsonnlf known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL NDELITY INSURANCE. CAIPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the. said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. 01A1IIN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE CONIPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as ser forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand ilii 16TH day of MARCH, '72200112 Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT aY_: 1 �.:a. s�.vn•: �. <................t,'�,.avi State of California County of Los Angeles i On MAR 16 2012 before me, _Monica Blaisdell Notar Public Date Nere Insert Name antl TNe IN the Officer personally appeared Philip Vega who proved to me on the basis of satisfactory evidence to be the person(g) whose name(*j is/tape subscribed to the within instrument and acknowledged to me that ^ � he/§kpSwpiexecuted the same in hisSr,o�y ' - MiONICA BLAISDELL �FktkQtf}{BUthOflZed ;° Commission # 1754078 capacity 4k*, and that by his/&Msignature(s) on the K . -c; Notary Public - California p instrument the person), or the entity upon behalf of r orange County which the person) acted, executed the instrument. Ccmm. Mk;r26.2012 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. Place Notary Seal Above Signature k ­1N OAl fV Signabire of Notary Pubio All Purpose Acknowledgement Stateof California County of Riverside On a4I 4 z o l 1J before me, (date) personally appeared, Brian Mendoza Elizabeth H. M. McRae (notary) (signers) ❑ personally known to me -- OR -- proved to me on the basis of satisfactory evidence to be the person(io whose name(4iskoecsubscribed to the within instrument and acknowledged to me that he/shEM" executed the same in his/her authorized ELIZAR..H H M. FACRAE capacityfpm){ and that by his/p's[AU&si signature (5) Y g (lf on the 1 CoktNt. # 1910816 instrument the person(aJ or the entity upon behalf of �ak NOTARY PUBLIC CALIFORNIA (n which th erson(sj acted, executed the instrument I RIVERSIDE COUNTY �f MY COMM. Ell. OCT. 11, 'Ila - _�-- --.-t WITNESS y hand and official seal (seal) (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer ❑ ❑ ❑ ❑ ❑ title(s) Partner(s) Attorney -In -Fact Trustee(s) Guardian/Conservator Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint of Signer (if required) CERTIFICATE OF CORPORATE RESOLUTION I, Brian Mendoza Secretary of PTM General Engineering Services Inc. (Corporation) do hereby certify that at a duly constituted meeting of the Stockholders and Directors of the Corporation held at the office of the Corporation on December 30 1 2007(year), it was upon motion duly made and seconded, that it be VOTED: Elizabeth H. Mendoza de McRae, President/CFO ..... OR.... Brian Mendoza, Vice President/Secretary Authorized to sign & execute contracts and submit bids with either one of the corporate officer's signatures. It was upon further motion made and seconded that it be further VOTED: That Elizabeth H. Mendoza de McRae, President/CFO —.OR Brian Mendoza, Vice President/Secretary in the capacity as of the Corporation is empowered, authorized and directed to execute, deliver and accept any and all documents and undertake all acts reasonably required or incidental to accomplish the foregoing vote, all on such terms and conditions as he in his discretion deems to be in the best interests of the Corporation. I further certify that the foregoing votes are in full force this date without rescission, modification or amendment. Signed this / *I day of N21 biL (year). A TRUE RECORD ATTEST (Corporate Seal) 53 Brian Mendoza Secretary/Clerk vice President/Secretary B&TWOR. 23905 OLIN"I LICENSES Crosstown EL 5463 Diaz St, License No.7 Tel: 626) 813, Superior Pavemen 14656 Industry Cii License No. 7763( Tel: 714)562-9101 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 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 ItemDescription of Work %of Number Total Bid Name: F KS INC -ON KEITH RD STE 114-351Wildomar, CA 92595 10. 784883, CLASS A & C12 TEL: 951-775-6617 / t State License Number. Name: :ctrical & Data, Inc Irwindale, CA 91706 56309 Exp 11-30-12, Class C10 6693 Fax: 626)813-6604 State License Number. Name: Address: I Markings cle, La Mirada, CA 90638 99 6, Class C32 Fax: 714) 995-9400 State License Number: PIM General Engineering Service Inc Bidder Erian Mendoza, Vice President/Secretary Authorized Signature/Title City of FtMn rt Reach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name PTM General Engineering Service Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you Piave worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Project Description _ safe routes to School Project Approximate Construction Dates: From 10/2010 To: 01/2010 City of National City Agency Name 1234 National City Blvd., National City, CA 91950 Contact Person Mr. Manganiello Telephone 19)336-4380 594,536.17 Original Contract Amount $ Final Contract Amount $ 594,536-17 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable 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. Not Applicable we No. 2 Project Name/Number 08-OM5504 Project Description Install Electrical System Emergency Force Account Approximate Construction Dates: From 10/2008 To: 06/2009 Dept. of Transportation Agency NameI7214 3QLh Street Sa2ram2nto, CA 95816 Contact Person Mr. Joe obadike Telephone (951) 830-6821 Original Contract Amount $ 492,155, inal Contract Amount $2L= . o0 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable 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. Not Applicbale No. 3 Project Name/Number 08-OE5004 Project Description Rte 10 k 66 Highway Light Approximate Construction Dates: From 07/2009 To: 12/2009 Dept. of Transportation Agency Name 1727 30th St. Sacramento, CA 95916 Contact Person Mr. Mike aergiven Telephone (95) 232-3739 Original Contract Amount $ 489, 489 Final Contract Amount $ 489 , 489 _ 00 If final amount is different from original, please explain (change orders, extra work, etc.) Not applicable 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. Not Applicable 10 No. 4 Project Name/Number Project Description System Detection Approximate Construction Dates: From 06/2009 04/2010 City of Santa Ana To: Agency Name 20 Civic Center Plaza, Santa Ana CA 92701 Contact Person Mr. Edward Torres Telephone (115 647-1016 Original Contract Amount $-118,852 Final Contract Amount $ 118,952, 00 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable 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. cable No. 5 Project Name/Number Project Description Pioneer Park Security Ltg. ADA Access & Play Ground Imp Approximate Construction Dates: From of/2010 To: 06/2010 City of Anaheim Agency Name 200 S. Anaheim Blvd., Anaheim, CA 92807 Contact Person Mr. Heimberger Telephone (714) 765-1176 Original Contract Amount $-118, 318 Final Contract Amount $ 316, ala . 00 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number Project Description upgrade T/S Intersections Approximate Construction Dates: From 01/2010 To: 07/2010 City of Chula Vista Agency Name 276 Forth Ave.. Chula Vista, CA 91910 Contact Person Mr. Hopkins Telephone (61) 691-5021 Original Contract Amount $161,2 61 Final Contract Amount $-261, a61 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable 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. Not Applicable Attach additional sheets if necessary. Attach to this Bad the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Brian Mendoza PTM General Engineering Service Inc Vice President/Secretary Bidder Abttidrized Signature/Title 12 hrdan Mendoza P,0. Box 7746 Nverslde, CA MU -7745 Emalli brlan@ptm-eng,com a Cell 951,722,578S Chief ]estimator and Supervisor of Outside Operations eSupervisor of outside operailons will over 18 years of expeim", Electrician with over 20 years of oxperience, An eflbctive communicator and team leader; experienced in cooxtiisting and executing large ad ba -paced prejocts. CAREER EXPERIENCE 'Freeway Flectric/P17YiGeneral EnglneeringRervices,Inc, Riverside, CA 06/2006 to Date Chlef Estimator/Supervisor of Outside Operations In charge of managing the estimating department and finalizing bid packages; coordinating the beginning phase of an awarded project between the company and agency, project submittals, contract review' Coordinated and managed crews Califbmia region; bandied various s ized projects ranging in size from $1,000 tb $4,5 million dealing with dry utilities, wet utilities, traffic sfgaals, and road improvements, Maintained coordination Freeway 13IectricJPTIVI peneraI Engineering and subcontractor, and project owners. In charge of handling Project's administrative wont; monthly gross estimates, project progress schedule, materials requisitions, Mat= change order negotiations and equipment pwchese and rentals. Sigh Light Electric Inc -Tote & Sons Construction Ina Riverside, CA 10196to 06/2006 ChiefEstimstor In charge of managing the estimating department and Snalizing bid packages, Coordinating the beginning phase of an awarded project between the company and agency or prime contractor; r Project submittals, contract review, Successfully bid on projects totaling $12mlllion with an average spread 655. Area stiperAsor Coordinated -and managed 10 am consisting of 6 members per team in the southern California region; Bandied various sized pegjeete ranging in size $oro $1,000 to $4,5 million dealing with dry utilities, wet utilities, "Me signala, and mad improvements. Maintained coordination between High Light Blectric Inc and subcontractor, general contractor and project owners, In charge of handling projeova administrative work; monthly gross estimates, project progress schedule, materlale requisitions, contract change order negotiations and equipment purchase and rentals, Continued... BR AN MEMOZA a Page 2 CARR EItPMMNC& C41MWED MBE Electric Tna In Riveraidq CA 1011998.1011996 Vice President and Head of Outside Oporatlons Managed outside operations for all projects ranging in size ftom $ I to $2.5 million Headed an Mad the clock electric crew and. coordinated with CC Mayes to repair the 1-10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 daps. Maintain coordination between MBB Electric and subcontractors, general contractor and project owners; implemanted and onforeed safety guidelines. Handled administrative work; monthly progress estimates, material requisitions, contract change order negotiations. 'Vasco Corporation in San Fernando, CA 1011987.0611998 Foreman (Part Time) Managed day to day operations of work crews and various projects ranging in size from $1, 000 to $5,000 In Eastern Los Angeles Courcy, traffic signals, street lighting, signal interconnect. Raymor Electrle In Rosemead, CA 0611986.1011981 Crew Leader (Part Time) In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angel, County. WORK SKILLS c Capable of operadnghoaVY equipment such as skip loaders, oranes, and backhow, e Hands-on expedonce with hand tools and power tools; e Capable of overseeing Aust-paoW and high profile projeote; 0 An of ootivo comm nioalot and leader; EDUCATION ® International Brotherhood of Elootdoal Workers Completed training oouree (➢988.1989) ht'straet lighting and trafEc signal lnetallatione, code ari'orooment and blue print reading, ® South ®ate High School Received High School diploma in 1988 BRIAN MENDOZA o Page 3 CAREER EXPERIENCE CONTINUED PROFESSIONAL MMMBER811US e International Brotherhood of Electrical Workers (IBEW) e National Hootelcal Contractors Assooiation (NECA) ACCREDITATION e IBEW-Joumeyman Wiseman; CM -Electrical Contractors; Certified Trench Safety Coordinator. o English (Native) e Spanish (Fluent) LANGUAGES AWARD RECEIVED " Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in. 1996, nationally. e Recipient of the Certificate of Recognition by the City of Los Angeles for "Small Business" in 1997. u Recipient of the Certificate of Recognition by the City of Riverside for "Small Business" in 1997. o Recipient of the Certificate of Recognition by the State Assembly,'Assemblyman I& Rod Pacheco, for the"top 506 Inland Empire Small Business" in 1997. e Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997, e Certification ofAppreciation for ourparticipation and maximization in the "Century Freeway Aftnative Action" by CFAAC. PROFE,SSIONA.L AND PERSONAL REFERENCES Caltrans project #07-1224U4 (Electrical contract amount $4.5 million) Project completed in 2005 Desoription of project: Installation of traffic signals, ramps metering, alp illumination, Highway lighting, fiber optic oommtmioation, and electrical irrigation along the 1-10 Freeway in Los Angeles County, 0 Doug Dwason-Prof ect Manager for prime contractor, Balfour Beatty Cell (949)232-3276 and Office (909)397-8040 9 Patty Galvan- Resident Engineer, Offioe (909)594.4270 o Veronica Ross-Blectrioal IRspeotor. Cell (714)606.6311 BRIAN NkNDOZA ® Page 4 CAREE 1VVRMNCZ CONTINUED City of Redlands Contract #208300.72304/41008 (Electrical contract amount Is $218,800) Project completed in 2003 Description ofprojeot; Installation of traffic signals, modification of ramp metering, h'ghting and sign illumination. Bili Bensley -Senior Civil Engineer- Office (909)9987586 ext 2 Tuan Olvera:Pmjeat Manager for general contractor, H&H Conftotion- Coll (951)453-7712 and Office (909)473-7331. Caltrans project #0& 4567V4) Electrical contract amount ie $938,238) Project completed In 2005 Description ofproject; Installation of lighting system along the I-5 Freeway in San Bernardino County, U Gary Vogel -Project Manager form prime contractor, Granite Construction Cell; (661)549-3953 and Office(661)726-4447 Sanbag Projects, Segmenta, 2,30 early segment 9, segment 9, and alder Ave. (Total electrical contract amount was $3.2 million) Project completed in 2004. Description ofprojects: brstallation of traffic signals, ramp metering, sign fllunrination,' highway lighting; fiber optic communication, and electrical irrigation along the I.10 Freeway la SanEenardino County, U Hamid %aatis-Sanbag Contract Manager- Cell (760)802-7730 and Office .(909)875-8029 ext 213. V Tim Haoable-Caltrans lnspeotor- Cell (951)712-0021 ° Al Ortega- Project Manager for prime contractor, Yeager Shanaka- Cell (714)240- $333. City of Indio Project #ST0137 (Electrical contract amount was $1.4 million) Project oompletod in 2005 Description of project; dttstallatlon of street.118hting system, traffic signals, electrical Irrigation, and dry utilities. e Clary Baxter-Area.Mmager fbr prime contractor, Yeager Sbanska Construction, COD (909)721.9749 and Offfoe (760)343-5472 o Tommy Yomtg-Project Manager for prime contactor Cell (951).232-6618 and Office (760)343-5472 G Me= Sepeltd-City Engineer- Coll (760)250-2201 Additional Professional Rdereum., O Zai® Hartle-Caltmm inspector- Cell (951)289.0047 e Ray Robles -Caltrans area supetvlsor- Cell (909)799.0646 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 NON -COLLUSION AFFIDAVIT State of California ) ) ss. Countyof Riverside ) Arian Mendoza , being first duly sworn, deposes and says that he or she is Vice President/secretary of PTM General Engineering Inc; the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fa any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto; or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. declare under penalty of perjury of the laws of the St et alifornia that the foregoing is true and correct. PTM General Engineering Service Inc. 7/`—r/w1 Brian Mendoza Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this l9thday of March 12012 by j�vf� jge"YL6 ,r ~- proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the la {he State of California that the foregoing paragraph is true and correct. Notary Public (SEAL] ELIZABETH H. M. MGRAE My Commission Expires: j`� rL� Z4/y N coMM.a t9t0ats t�pp NOTARYERSIDE COUNTY RNIA VI RSM. EXP. OCT.2Y r MY SOlnu. ExP. a. 25, 2014 13 All Purpose Acknowledgement Stateof California Countyof JRiverside On 31/ZZ%��� before me, Elizabeth H. M. McRae (date) (notary) personally appeared, Brian Mendoza (signers) ❑ personally known to me -- OR -- [2r proved to me on the basis of satisfactory evidence to be the person(.V whose name(skisfinecsubscribed to the within instrument and acknowledged to me that —^�— -�• he/sl eA" executed the same in his/hff*�r authorized ELIZABETH H. M. MCRAE capacity( and that by his/G CXi ex signature( on the N'^ COMM. # 1910816 ® NOTARYPUBLIC instrument the person(5) or the entity upon behalf of -CALIFORNIAN RIVERSIDE COUNTY m which the person(s) acted, executed the Instrument V My Comm. EXP. OCT. 29, 20!41 WIT my hand and official seal (seal) (notary signature) OPTIONAL INFORMATION The information below is not. required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint of Signer (if required) City of Newoort Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 DESIGNATION OF SURETIES Bidders name PTM General Engineering Service Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Bonding Agent: Contractors & Developers Bonding Attn: Phil Vega 626.-859-1000 Surety: International Fidelity Insurance Company 233 Wilshire Blvd., #820 Santa Monica, CA 90401 Commercial insurance: McRae & Associates 1290 N. Hancock Ave. #210 Anaheim, CA 982807 Mr. Patrick McRae, Tel: 714-779-6999 14 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name PTM General Engineering Service Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2011 2010 2009 2008 2007 Total 2012 No. of contracts 0 is 21 24 17 37 114 Total dollar Amount of o Contracts (in 4.1m Thousands of$ 3.Om 4.8m 6.Om s.sm 22.4m No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to anotherjob or termination of i em to ment The information required for these items is the same as required for columns 3 to 6, Code Occupational Injuries, Summary--Occupational Injuries and Illnesses, OSHA No. 102. 15 10, Legal Business Name of Bidder PTM General Engineering Services, Inc. Business Address: 6942 Acorn St. Riverside, Ca 92504 Business Tel. No.: 9b1. 710.1000 State Contractor's License No. and 891265 Classification: Class A; CIO; C31 Title Brian Mendoza, Vice President/Secretary The above information was compiled from the records that are available to me at this time and I declare ur,dpr penalty of perjury that the information is true and accurate within the limitations l6f those records. Signature Date Title Signature of bidder. izabeth H. Mendoza de McRae President/CFO Brian Mendoza Title P G taYV Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partnersfjoint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/Joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI M ALL-!1PV716i;(POSE A0KL''�0V L,E–f'Gedd5'HT Siate of Call clrnla qq County of ORANGE ----- ..v J On ��°�k?1"v ` before me, Philip Vega, Notary public cava on, Infiarl Nana and Tnm e tm 0 c6 personally appeared Elizabeth H. Mendoza De McRae smo c o gnagq PHILIP VE GA Commission # 1799866 Notary Public - California Los Angeles County pp My Comm. Expires May 31, 20?2 R pluvo N.m' 06a1 AbW who proved to me on the basis of satisfactory evidence to be the person(/�) whose nam/) is/gre subscribed to the within Instrument and acknowledto me that helswAt�� executed the same in hid/� Y/Eheir authorized capacdy(� s), and that by hi4/hrellMeir signatur�(s) on the nstrument the person(g), or the entity upon behalf of which the personO acted, executed the Instrument. I certify under PFNALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correot. WITNESS my hand and -- OPTIONAL - T hough the information below is nor required by law, It may prove velue0b, to pa} and could prevent fraudulent removal and reattachment of this form to Description of Attached Document Title or Type of Document: Document Date: Sigricr(s) Other Than Named Above. Capacity(ies) Claimed by Signer(6) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner -0 Limited GGeneral ❑ Attorney in Fact Fl Trus[os ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ,ing on the document document, Nvmber of Pages: Signer's Name: O Individual ❑ Corporate Ofllccr — Title(s); _ ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact M Trustee Q Guardian or Conservator CJ Other; Signer is Reprosenting: mZ00I Nallonal Plnl2ry AamcieUarr 935000 colo Aao.,P,0,0ox 2902•Ctlelevm0lr, CA 01313-2a02•vrviw,Na1loOa1Nolnryot9 Ilam 0907 nooNnr.Gal Yoll-Etas 1-800 870-8121 All Purpose Acknowledgement Stateof California Partner(s) County Of Riverside Attorney -In -Fact qq On 3/1 /L'01-c-� ,before me, Elizabeth H. M. McRae '(date) (notary) personally appeared, Brian Mendoza (signers) ❑ personally known to me -- OR -- [2f proved to me on the basis of satisfactory evidence to be the person(s) whose name(o iskDe3 subscribed to the ELIZABETH H. A1. PSCRAE within instrument and acknowledged to me that Comm. # 1910616� he/EbEVIbag executed the same in his/JiwAN r authorized NOTARY PUBLIC -CALIFORNIA capacityO{ and that by his/ha00ek signature( on the RIVEBSHOE COUNTY M COMM. EXP. .00T. 299,'01 instrument the person(5) p (sJ or the entity upon behalf of which the person(2) acted, executed the instrument WIts"M"y hand and official seal (seal) (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint of Signer (if required) City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 ACKNOWLEDGEMENT OF ADDENDA Bidders name PTM General Engineering Service Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum 17 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: PTM General Engineering service Inc. Business Address: 5942 Acorn Street, Riverside, CA 92504 Telephone and Fax Number: Tel 951-710-1000, Fax 951-710-1006 California State Contractor's License No. and Class: 891265, Class A, C10 (REQUIRED AT TIME OF AWARD) Original Date Issued: 2/2007 Expiration Date: 2/2013 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: Brian Mendoza, Vice President/Secretary 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 Elizabeth H. Mendoza de McRae 595 So. Los Coyotes Dr. 951.722.5678 President/CPO Anaheim Hills, CA 92807 Brian Mendoza 11080 Kay Jay St 951 722 5755 Vice President/Secretary Riverside, CA 92503 Corporation organized under the laws of the State of California I] The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: Not All company, corporate, or fictitious business names interest in this proposal are as follows: used by any principal having i S4 (lrw . involved in with public agencies in the past five years (Attach additional Sheets— Vif necessary) provide.- Provide rovide: Provide the names, addresses and telephone numbers of the parties; Not Applicable Briefly summarize the parties' claims and defenses; Not Applicable Have you ever had a contract terminated by the owner/agency? If so, explain. Not Applicable Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for la mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Ye 19 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Not Applicable Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. PTM General General Engineering Service Bidder Elizabeth McRae, President/CFO (Print name of Owner or President oI Corp onl rias Mendoza Inc. Brian Mendoza Vice President/Secretary Authorized Slgnaturerritle Date Vice President/Secretary 3/20/12 On 3 n, In 12- befor me, c Notary Public, personally appeared _ rajvtSM p+� M w -i who proved to me on the basis of satisfactory evidence to be the person�t�j whose name( is/aere subscribed to the within instrument and acknowledged to me that he/s' WdRgy executed the same in his/tredt#& authorized capacity(i2S� and that by his/he[/thWr signature(g) on the instrument the person*, or the entity upon behalf ofw Ich the person(A) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragrapFfis true and correct. my hand and official seal. and for said My Commission Expires: 20 (SEAL) rrfWrkI,- ELIZABETH H. M. MCRAE COMM.# ttQ ! ® NOTARY PUBLIC-CALIFORiNA RIVERSIDE COUNTY MY COMM. EXP. OCT. 24'W 6 City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 44841 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 m LABOR AND MATERIALS PAYMENT BOND o 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 -Casual. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beech FY2011-2012 TRAFFIC SIGNAL REHABILITAMN Contract No. 4841 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of , 2012, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City("City°) and PTM GENERAL ENGINEERING SERVICES, INC., ("Contractor"), a California corporation, is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of traffic signal modifications, modification of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, curb ramp and sidewalk improvements, median modifications, signing and striping modification and other items shown on, but not limited to plan T -6012-S and Exhibit A and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4841, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"). 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. 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 `0a accepts as full payment the sum of Five Hundred Forty -Seven Thousand, Fifty and 00/100 Dollars ($547,050.00). 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: F CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Brad Sommers (949)644-3326 PTM General Engineering Services, Inc. 5942 Acorn Street Riverside, CA 92504 951-710-1000 951-710-1006 - Fax INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability type and amounts described below and in a form satisfactory to City. Coverage and Limit Reauirements. insurance of the Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's liability insurance with limits of at least one million dollars ($1,000,000) each type for Contractor's 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 23 2. the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. b. General Liability. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. C. Automobile Liability. 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 Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. d. Builders Risk. For Contracts with Construction/Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100%) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. Other Insurance Provisions Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this contract. 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 bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. b. General liability insurance provisions. Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: 24 i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor. 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. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self-insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. 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. c. 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. d. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which ten (10) days notice is required. e. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. f. 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 Contract. 25 g. Waiver. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. h. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. j. City's Remedies. City shall have the right to order the Contractor to stop Work under this Contract and/or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. k. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the city or its operations limits the application of such insurance coverage. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any services under this or any other contract or Contract with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the 26 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. 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. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any work performed or services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 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. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. 27 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 dates written below. APPROVED AS TO FORM CITY OF NEWPORT BEACH OFFICE OF THE CITY ATTORNEY A California Municipal Corporation and City Date: ' y I I Z and Charter Citv / I By: Aaron C. Harp Nancy City Attorney h11 Mayor ATTEST: Date: "J I Leilani I. Brown City Clerk M PTM GENERAL ENGINEERING SERVICES, INC. A. rCalifornia Corporation By: (Corporate Officer) Title: President/CFO Print Name: Elizabeth H. Mendoza de McRae Date: Akk-� k'l2 By: (Financial Officer) Title: Vice President/Secretary Print Name: Brian Mendoza Date: City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 BOND NO. 0568141 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7 656.00 being at the rate of $ 14.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PTM General Engineering Services, Inc., hereinafter designated as the "Principal", a contract for construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4841 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Forty -Seven Thousand, Fifty and 00/100 Dollars ($547,050.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20TH day of APRIL '2012. PTM General Engineering Services, Inc, 'Authodd Signaturefritle14 (Principal) 1 / INTERNATIONAL FIDELITY INSURANCE Name of Surety 534 EAST BADILLO STREET, COVINA GA Address of Surety 626-859-1000 Telephone Signature PHILIP E. VEGA %Z Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 Tel (973) 624-7200 POWER O FFi' i 1.. O R 1 V E -1 INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing u1 the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the Stale c Pennnysylvaoia, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint 'i J,ADON H. SMITH. MYRNA SMITH, PHILIP E. VEG,e, Covina. CA their fire. and lawful adomey(s)-in-fact to execute, seal and deliver for and on its behalf as surely, ai'y and all bonds and undertakings, contracts of indenmih and other writings obligatory In the nature (hereof, which are or may be allovvao, required or pennttled by law, staple, title, ret?7ula(ion, contract or aOlhena ice nd the execution of such instrumeol(s in purslants ce of these presen, shall be as binding upon the said INTERNA I'IONAL FIDELITY INSURANC COMPANY and ALLEGHENY CASUAL COMPANY, as (Lilly and amply, (o all intents and purposes, as it the same had been duly executor] ai acknowlcclged by their regularly elected officers at their principal offices. This Power of Alamey is executed, anted and may be revoked, pursuant to and by authority of lire By -Laws of INTERNATIONAL FIDELITY INSURANC COMPANY and ALLEGHENY CASUALTY COMPANY and is grunder and by authority of the following resolution aclopied by the Board of Director: of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly, held on the 20th clay of July, 2010 and by the Board of Directors of ALLEGHEN CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000: 'RESOLVED, Thal (1) (he President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke (he appointments c Allorncys-in-Fact or agents with power and au0roril as defined or limited in their respective powers of attorney, ancf to execute on behzlf of the Colpcirt!. ( and affix file Corporation's seal thereto, bonds, undertakings, recegnizances, contracts of indemnity and 0!101 written oblic aliens in the neulre IhroOn( ol related Ihercto; and (2) any such Officers of the Corporation may appoint and revoke the sp toinUnen(s of join(-callhol custodians, agents fol acceptance o. process, and AllolnOXs-m-fact with aulholily to execute waivers and consents on behalf of Ilm: Colpolalion; and (3) Iha signalule ol'any such OlLeex of Ih Colponalion and the Carporalioli s seal Olay be affxed by facsimile to aty power of af(orncy or certification given for the execution of any bond, undertaking recogni>-ance contract of indemnity or other' written obligation in the nalurc thereof or related Ihercto, such sign, tore and seals when stn used wh�>.Ihr•i hmelo(ore m Itereafler, being hereby aclopied by the Corporation as the original signatulc of such Officer and the original seal of the Corporation, to ba valid and binding upon lila Corporation wills (he same force and effect as though manually affixed:` IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each exe:cu(ed allested Iltese 1),'eseNs on this 12 it clay of March, 20'12. /J� r, — - — lc�- STATE OF NEW JERSEY County of Essexll ? x IjIJ 19�I 193fi r1p' tea.. IY ROBERT W. MIlgS-I'ER Execulive Vice Prosidenl/Chia( Operding Ofilcer (Intentalional Fidelity Insurance Company) and Prosidenl (All00fir:.ny Casually Compcuty) On INS -1201 dary of March 2012, before me came Phe individual who execuled the plecedlny iltslrtiment, to me personally Ivtaven, and, ficing L)y ine: du :warn, said he I: the Ihei wn desrriUed and authonird officra of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALI-II (tASHAI_ (- OMPANY Ih +I the gr --_ills uf(IrOU to Yid In ,IrLlmnnt arc fire Corporate SeSds of said Companios; Thal Thr, said co pcia(- Senls and his algnulunt wnn doly affixed by o"InI of the Boan:ls of DutUor, of said Companies: IN TESTIMONY WHEREOF, I have hercunlo set my hand affixed illy Qllimi ll `ler - of the City of Nowark, Now Jersey the day and year 11151 :above wrillcn. (7) ,rT'. A �.'r� _'.00t -Y hA ? A Ng I-/\RY PUts{.lc ov Y'.112Nr Jf-p,,LY My Coli Eximos Mer. 27, 2014 Jr FI L`N � """""I CERTIFICATION (, II'ic under;:;ignred Officer of INTERNA TIOI•IAL. FIOEI_ITY INSUP.ANCE COMPANY anU ALLEGI-IC-NY CASIJALTY COMf'AIV `( clo horr:by cCrlify II'ial I h: Orr noruj rr:d the forc001nq copy Of file Power of Auorney and affidavit, and the copy of the Sections of the Sy -Laws of said Companies as vc-d forth to ',nil Powrrr of Attorney, with (he ortrim ass on ftp in the home office of said companies, and Thal the carne are correct Irensrripls lhere•0f, and of Itv; v,hnlo of the said originals, and Thal the said Power of Attorney hes riot bean revoked and is now in full force grid effect. IN'I L -ST ANON`( W1 tFREOF, i havra hen;unlO set my hand this 20TH day of APRIL, 2012 MARIA RPAr.ifl(1 1—;, til CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1189 State of California County of Los Angeles On APR 2 0 2012 before me, _Monica Blaisdell Notary Public Oate Here Insert Name and Title of the Officer s personally appeared Philip E. Vega who proved to me on the basis of satisfactory evidence to be the person(* whose nameoK is/are subscribed to the within instrument and acknowledged to me that he/ghwAaoy executed the same in MONICA BLAISDELL I his/I r- authorized capacity(W, and that by Commission * 1970845 z his)� signature(*' on the instrument the i ,m Notary Public - California z Z Orange County D person�4, or the entity upon behalf of which the M Comm. Ex Tres Mar 26, 2016 person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �q, � Place Not Signature: U1/Seal Ahove cinnat,,re of N,,, jeL, �. All Purpose Acknowledgement State of California County of, A Riverside On t �1 ( L ,before me, Elizabeth H. M. McRae (date) (notary) personalty appeared, Brian Mendoza ❑ personally known to me — OR — d+ELIZABETH H. M. MCRAE COMM.# 1910816 rp N . ® NOTARY PUBLIC -CALIFORNIA Ill � RIVERSIDE COUNTY A'Z' ; MY Comm. Exp. W. 29, 2014 1mew+�rra�wim�.,� (seal) (signers) proved to me on the basis of satisfactory evidence to be the person(,V whose name(sXisioa�subscribed to the within instrument and acknowledged to me that he/she;q" executed the same in hisr$wiAbgir authorized capacity(ptetkand that by his/h4CV*,Xsignature(�;) on the instrum nt the person(5) or the entity upon behalf of which te person(s) acted, executed the instrument and official seal (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document ❑ Partner(s) Number of Pages ❑ Attorney -In -Fact ❑ Trustee(s) Date of Document E]Guardian/Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) Right Thumbprint of Signer (if required) City of Newport Beach FY2011-2012 TRAFFIC SIGNAL REHABILITATION Contract No. 4841 BOND NO. 0568141 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to PTM General Engineering Services, Inc., hereinafter designated as the "Principal," a contract for construction of FY2011-2012 TRAFFIC SIGNAL REHABILITATION, Contract No. 4841 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4841 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Forty -Seven Thousand, Fifty and 00/100 Dollars ($547,050.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 20TH day of APRIL , 2012. PTM General Engineering Services, Inc. uthorized ignature/Ttle gc�ly (Principal) / INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety Author' nt Signature 534 EAST BADILLO STREET, COVINA CA PHILIP E. VEGA Address of Surety Print Name and 626-859-1000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 Tel (973) 625-7200 POWER O`F: ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS.: That INTERNATIONAL 'FIDELITY INSURANCE COMPANY , a corporation organized and existing or the laws of the State of Nei✓ Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under !ha laws of the Stale c Pennnysylvania. having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint J,ADON H. SMITH, MYRNA SMITH, PHILIP E. VEGA i L. Covina: CA. Thi a hui. and Iasi Al aJOInQy(s) idfact to eeecule, seat and deliver for and on its behalf is surer, a9 and all bonds and rmdertallings contracts of uhlemnili and other writings obligatory In the naNre thereof, which are or may be allowed required or pe nutted by law, Statute. rule, rc�ulation, contract of oth ani is and the exeallion'Of such InslRfnnenl s m pursuance of these resents, shall be as binding upon the said INTERNA- ONAL FIDELITY INSLIPANC COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if (he same had been duly executed Or acknowledged by their regularly elected officers at their principal offices. This Power of AlloineY is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANC COMPANY and ALLEGHENY CASUALTI' COMPANY and is granted under and by authority of the following resolution adapted by the Board of Director. of INTERNATIONAL FIDELITY INSURANCE COMPANY at a fneeting only, held on the 20th clay of July, 2010 and by the Board of Discolors of ALLF_GH EN CASUALTY COMPANY at a meeting only held on the 15111 day of August, 2000: - 2D, flat (1) the President, Vice President, or Secrelary of the Corporation shelf have the power to appoint, and to 1evoke the appointments c, n -Fact or agents with power and authorily as defined or limited in their respective powers of attorney, and to execute on behalf of the Coi poratioi ne Corporation's seat !hereto, bonds, undertakings, I ecognizances, contracts of incfenanity and ofher written obfirlalions in the nature Unereol of :ro(o; and (2) any such Officials of the, Corporation may appoint and revoke (too ap>oin(menls of joint -control custodians, agents for acceptance. o ad AlforneXs-fn-(act with authority to exeeule Waivers and consents on behalf of t1lo Corporation; and (9) the signature of any such Olficer of I 1 'f and the Corponlion's seal may ha affixed by facsimile to any power of attorney or coNification given for the excudion of any bond, undertaking co contract of indemnily or other carillon obligation in the nature thereof or related (hereto, such signalure and seals when so user(wh(Av; or laerea(lcr, being hereUyy adopted by the Corporalion as the original slgnaturc of such officer and the original seal of the Corpgralien, l0 62 vYrliri I upon the CorpomNon with the earns force and effect as Ihougtn manuoilY affixed:' IN WITNESS WHEREOF-, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each exe:cu(ed attested Ilea se presents on This '1211) clay of March, 2012. q % a �-� c�.. STATE OF NEW JERSEY 4P 0.p� County of Essex /) sna 6,1— PORCIRFW �� . MINSTER Executive Vire President/Chic] OpF:r,`ilin{,) Olficn i (Inlemationed Fidelity InsLlrarlCe COmpany) and Prrsideral (Allegheny Casually CnnyianY) On INS '12111 day of March 2012, before no cline the individual who executed Tho preceding instruinenl', to I ne personally known. and, being by mea du swam Olid he I: the lhrfein drffi:Ilbed and aulhonird officer of INTERNATIONAL- FIDELITY INSURANCE COMPANY and ALL EGI-IENY C:AGOAI- COMPANY 11) l Ilse Sn: its ufffxud to srid fnstrumrnt are tine. Corporate Souk of sold Compnlvrs; 11111 1112 said Cogn nrnle f,,Mlo and 1)m vfpnalurn win duly offixOd by licit; of Ile onarcis of Du . r for of sold Compinlea. IN TESTIMONY WHEREOF, have hereunto sol my hand afOr.e:d my plGrirl Se:. „„r a1 the City of Nowark, New Jersey the day and your Ifrsl obove written, A NOTARY PIJL LIC of- rAriN .le.Pa: PY V f:.e;�= My Commission Expires Mar, 27, 2014 PlEI4 CERTIFICATION I Ili' under (gold Olfc¢r o(Ilfl L=ITfJAT101JA,1_ FIDE(I I Y INSURANCE COMPANY and ALLLGHEP.I'( CASUALTY COMPAIJ'( do hna b7 codify lh,g I h:a•ir r nnfp;,u'ed Thr fnrerj, oillo copy of the Power of Albrney and affidavit, and the copy of (he Sections()[ the By -Laws of said Companies as set !oil, of said Prwf;r of Attorney, with the originals an (ale in the home office of said companies, and that the sarnc are correct lransrriplo fierco(, :and of the vulnnir; of the swirl ori,10ain, and Thal the said Power of A(lorney has not been revoked and is now in full force and effect. Ila I'k.`i I ll`Ar- NY inn-1EREOF. I havr=. Pfa:rr:unlo set my hand This 20TH day of APRIL, 2012 n471RIA RParICC 1—i, 1-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On APR 2 0 2012 Personally appeared CML CODE § 1189 before me, Monica Blaisdell Notary Public Here Insert Name anb T of the Officer Philip E. Vega MONICA BLAISDELL Commission # 197084-5 _ . Notary Public -California i Orange County > My Comm. Expires Mar 26.2016' Place Nom Seal Above who proved to me on the basis of satisfactory evidence to be the person* whose name* is/are subscribed to the within instrument and acknowledged to me that hem executed the same in hisR3664hair• authorized capacityt"7, and that by his/J4Qb&ir_ signature(*' on the instrument the personfA, or the entity upon behalf of which the personM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: 1'"^'1� UAW All Purpose Acknowledgement Stateof California County ofRiverside On 14f / ( v ,before me, Elizabeth H. M. McRae (date) rnotnrv) personally appeared, Brian Mendoza (signers) ❑ personally known to me — OR — ® proved to me on the basis of satisfactory evidence to be the persoms) whose name(4isyar subscribed to the within instrument and acknowledged to me that he/ t" executed the same in hisihxlt i�tr authorized ELIZABETH H. M. MCRAE capacity*Ak and that by hislh' Ir. signature(5) on the CoMtn.k 1910 instrument the person(50 or the entity upon behalf of VOTARY Pueuc-CA FORNIA �) wh h the person( acted, executed the instrument RIVEnma COUNTY My Comm. Ex?. OCT. 29, 2014 my hand and official seal (sea)) (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint of Signer (if required) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2011-2012 TRAFFIC SIGNAL UPGRADES PROJECT CONTRACT NO, 4841 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4841 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization . o Dollars' and Cents $ :; , Q ry' Per Lump Sum 2. Lump Sum Traffic Signal Modification — Installation of Countdown Pedestrian Signal Heads and Cents $ Per Lump Sum 3. Lump Sum Traffic Signal Modification (Superior Avenue at Placentia Avenue Dollars and Cents $j e PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Per Lump Sum 4. Lump Sum Temporary Wiring — Signal (Superior Avenue at Placentia Avenue) -44 @ ! Dollars and Cents $ ? C� Per Lump Sum 5. Lump Sum Traffic Signal Modification (Jamboree Road at Eastbluff Drive-Ford,Road) @ ollars and Per Lump Sum Cents $ ( -? 0 Lump Sum Temporary Wiring — Signal (Jamboree Road at Eastbluff Drive -Ford Road) @ Dollars and Cents Per Lump Sum 7. Lump Sum Traffic Signal Modification ((Coast Highway at Jamboree Road) 4 @ Dollars �! and Cents q Per Lump Sum Lump Sum Median Modification and Curb Ramp Construction (Coast Highway at Jamboree Road) @ I Dollars and Cents $ (00 Per Lump Sum 0 I PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL 9. Lump Sum Temporary Wiring — Signal (Coast Highway at Jamboree Road) Dollars and Per Lump Sum 10. Lump Sum Provide As -Built Drawingrs @ Dollars and Cents Per Lump Sum TOTAL PRICE IN WRITTEN /WORDS and __ Cents 3/19/2012 Date Tel: 951-710-1000, Fax; 951-710-1006 Bidder's Telephone and Fax Numbers 891265, Class A, C10 Bidder's License No(s) and Classification(s) Bidder's email address: $s01' $ Ono $ 2SCC 1� i rs Total Price (Figures) PTM General Engineering Service Inc. Bidder -.' .Brian Mendoza vic President/Cm Bidder's Authorized Signature and Title 5942 Acorn Street, Riverside, CA. 92504 Bidder's Address elizabeth@ptm-eng.com fauserslpbwVsharedlcontractslfy 11-1210-4841 -11-12 traffic signal rehab\proposal c4841.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2011/2012 TRAFFIC SIGNAL UPGRADES PROJECT CONTRACT NO. 4841 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2-1 AWARD AND EXECUTION OF CONTRACT 1 2-5 PLANS AND SPECIFICATIONS 2 2-5.1 General 2 2-5.1.1 Plans 2 2-5.1.2 Specifications 2 2-6 WORK TO BE DONE 3 2-9 SURVEYING 3 2-9.3 Survey Service 3 2-9.6 Survey Monuments 3 SECTION 3 CHANGES IN WORK 4 3-3 EXTRA WORK 4 3-3.2 Payment 4 3-3.2.3 Markup 4 SECTION 4 CONTROL OF MATERIALS 4 4-1 MATERIALS AND WORKMANSHIP 4 4-1.3 Inspection Requirements 4 4-1.3.4 Inspection and Testing 4 SECTION 5 UTILITIES 5 5-1 LOCATION 5 5-2 PROTECTION 5 5-7 ADJUSTMENTS TO GRADE 5 5-8 SALVAGED MATERIALS 5 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 6-7 TIME OF COMPLETION 7 6-7.1 General 6 6-72 Working Days 6 6-7.4 Working Hours 6 7-8.6 Water Pollution Control 7 6-9 LIQUIDATED DAMAGES 8 7-10 PUBLIC CONVENIENCE AND SAFETY 7 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 PROJECT SITE MAINTENANCE 8 7-8.5 Temporary Light, Power and Water 8 7-8.5.1 Steel Plates 8 7-8.6 Water Pollution Control 8 7-8.6.1 Best Management Practices and Monitoring Program 8 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 7-10.2 Storage of Equipment and Materials in Public Streets 9 7-10.3 Street Closures, Detours, Barricades 9 7-10.4 Public Safety 11 7-10.4.1 Safety Orders 11 7-10.5 "No Parking" Signs 11 7-15 CONTRACTOR LICENSES 11 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 11 SECTION 9 MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment 15 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 16 201-1 PORTLAND CEMENT CONCRETE 16 201-1.1.2 Concrete Specified by Class 16 201-2 REINFORCEMENT FOR CONCRETE 16 201-2.2.1 Reinforcing Steel 16 201-7 NON MASONRY GROUT 16 201-7.2 Quick Setting Grout 16 SECTION 214 PAVEMENT MARKERS 16 214-4 NONREFLECTIVE PAVEMENT MARKERS 16 214-5 REFLECTIVE PAVEMENT MARKERS 16 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 16 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 16 300-1.3.1 General 16 300-1.3.2 Requirements 17 300-1.5 Solid Waste Diversion 17 17 SECTION 302 ROADWAY SURFACING 17 302-4 EMULSION -AGGREGATE SLURRY 302-4.3 Application 17 302-4.3.117 General 302-4.3.2 Spreading 17 303-4.3.4 Application Testing 18 18 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General 18 302-5.4 Tack Coat 18 302-5.8 Manhole (and other structures) 18 18 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 19 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 19 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 19 303-5.1 Requirements 303-5.1.1 General 19 303-5.4 Joints 19 303-5.4.1 General 19 303-5.5 Finishing 19 303-5.5.1 General 19 303-5.5.2 Curb 19 303-5.5.4 Gutter 19 19 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION SECTION 310 PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces 310-5.6.7 Layout, Alignment and Spotting 310-5.6.8 Application of Paint 310-5.6.11 Existing/Conflicting Traffic Stripes and Pavement Markings to be Removed 19 19 20 20 20 20 20 20 21 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 21 312-1 PLACEMENT 21 SP 1 OF 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS o.C652 1 - 2011-2012 TRAFFIC SIGNAL UPGRADES PROJECT/, mI a.... CONTRACT NO. 4841 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions and Traffic Signal Supplement; (2) the Plans (Drawing No. T -6012-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 (2009 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 as referenced and stated hereinafter: NOTE TO CONTRACTORS: This project includes installation or modification of Fiber Optic Interconnect Cable and/or Ethernet communication equipment. The contractor and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Traffic Signal Special Provisions Supplemental. PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Replace the entire subsection with the following: Within fifteen (15) working days after the date of the City's award of contract, the Contractor shall execute and return all Contract Documents required by the City. The \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP2OF21 City reserves the right to terminate the award if the above requirement is not met. Such termination will result in the forfeiture of the Bidder's Bond. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following sentence to the first paragraph to read as follows The Contractor shall maintain a control set of Plans and Specifications at the work site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show as -built conditions. Upon completion of the work, the Contractor shall submit the as -built plan set to the Engineer for approval. Final payment will not be made until this requirement is met. Add the following subsections: 2-5.1.1 Plans. Included as part of the Contract Documents are the following, which show the location, character, dimensions or details of the Work: 1) Project Plans The plans and data provided with the Contract Documents are based on existing plans and documents. The plans and data are provided for information per available records. The City does not guarantee their accuracy and correctness. If the Bidder in preparing the Bid Proposal uses this information, the Bidder assumes all risks resulting from conditions differing from the information shown. The Bidder, in consideration for the information being provided, hereby releases the City from any responsibility of obligation as to the accuracy of such information or for any additional compensation for work performed due to assumptions based on the use of such information. 2) Standard Plans a. City of Newport Beach Standard Plans, latest edition b. Standard Plans for Public Works Construction (SPPWC), latest edition, promulgated by Public Works Standards, Inc. C. Standard Plans of the State of California Department of Transportation (Caltrans), 2006 edition 2-5.1.2 Specifications. The Work shall be performed or executed in accordance with these Special Provisions, the Traffic Signal Specification Supplemental and the following: 1) Standard Specifications for supplements thereto, hereinafter Public Works Construction, latest edition and referred to as the SPPWC, as written and \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP3OF21 promulgated by Public Works Standards, Inc. The Standard Specifications are published by BNi Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, Phone: (714) 517-0970. 2) State of California Department of Transportation (Caltrans) Standard Specifications, 2006 edition and supplements thereto. 2-6 WORK TO BE DONE. Add to this section, 'The work necessary for the completion of this contract consists of traffic signal modifications, modification of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, curb ramp and sidewalk improvements, median modifications, signing and striping modification and other items shown on, but not limited to plan T -6012-S and Exhibit A and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: 'The City will provide one set of construction staking as required to construct the improvements. Additional stakes or re - staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey ties and/or monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." 2-9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP4OF21 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 ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 -11-12 Traffic Signal Rehab\SPECS C-4841.doc SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5-8 SALVAGED MATERIALS. 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 (Bryan Loo, Telephone 949.644.3324). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. At the City's request, existing equipment to be removed and not reused including, but not limited to items listed below, shall be salvaged to the City. o Opticom detectors and phase selectors; a Traffic signal controllers; a Conflict monitors and other plugables; ® Programmable Visibilty Signal Heads; o Battery Backup Systems; and 4 Traffic Signal Cabinets (as requested by City Staff). Items not requested by the City to be salvaged to the City 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. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP6OF21 SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed.' No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 90 consecutive working days after the date on the Notice to Proceed. Installation of countdown pedestrian heads, as detailed in Exhibit A, shall be the first item of business. The contractor shall make every effort to install these heads prior to May 25th (Memorial Day Weekend). Work at the Jamboree Road/Eastbluff Drive -Ford Road intersection shall be complete prior to August 31St, 2012 (Labor Day Weekend) to accommodate the beginning of school. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24tH (Christmas Eve), December 25th (Christmas), and December 31st (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP7OF21 31st falls on a Sunday, the following Monday is a holiday. If January 1St, July 4tn November 11th December 24th December 25t or December 31st falls on a Saturday, the Friday before is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. Traffic signal outages and modification work hours shall be per Section 1.5 of the attached Traffic Signal Special Provisions Supplemental. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of 500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that 500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "The Contractor shall coordinate with Econolite, Inc. for concurrent traffic signal cabinet modification work. The contractor is responsible to coordinate an Econolite technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP8OF21 Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Detection systems and Battery Backup systems." 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." The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation during construction, including pedestrian push buttons and safety lighting at locations designated as bid items. This item includes temporary wiring and may include temporary relocation/connection of the traffic signal cabinet and/or installation/connection of temporary traffic signal poles as detailed on the plans. Vehicle detection may be excluded from the temporary traffic signal operation if approved by the City Engineer. Exceptions or alternate methods shall approved by the City Engineer. 7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeacca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. 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: \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP9OF21 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre- \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 10 OF 21 construction meeting - a traffic control plan and detour plans(s) for roadways lane closures one Coast Highway associated with the Coast Highway/Jamboree Road improvements. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: For other locations, the Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. The Contractor may close one lane of traffic in each direction when completing their work. Lane closures on arterial roadways are limited from 9 a.m. to 3 p.m. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 8. During a traffic signal outage ("dark" or prolonged "red -flash") "STOP" signs shall be furnished by the contractor. A minimum of two "STOP" signs and two shall be placed per approach. Signs will not be necessary during momentary "red -flash" while turning the traffic signal on." \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 11 OF 21 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C-10 License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 12 OF 21 The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: This item is defined by and payments shall be made per Section 11 of the Standard Specifications of the State of California, Department of Transportation (2006 Edition). Item No. 2 Traffic Signal Modification — Installation of Countdown Pedestrian Signal Heads: The contract lump sum price paid to install LED Countdown Pedestrian Signal Heads; shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and installing, modifying, or removing the systems as detailed in Exhibit A, as specified in these specifications and the special provisions, and as directed by the City. Item No. 3 Traffic Signal Modification (Superior Avenue at Placentia Avenue): The contract lump sum price paid for modifying the signal and lighting; for removing these systems, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and installing, modifying, or removing the systems as shown on the plans, as specified in these specifications and the special provisions, and as directed by the City. All incidental items required to complete the work as intended shall, include, but not be limited to, curb ramps, any necessary loop detectors, conduit, pull boxes and wiring; fiber optic cable removal, installation, splicing and testing; excavation and backfill; concrete foundations; furnishing and installing illuminated street name signs; installing sign panels on traffic signal mast arms; signing and striping installation (including adhesives, paint, glass beads and thermoplastic), removing existing signing and striping, including grinding of existing stripes and slurry backfill, removal of raised pavement markers and salvaging and stockpiling existing obsolete signs; restoring sidewalk, pavement and \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 13 OF 21 appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Costs for establishing alignment of traffic stripes, thermoplastic pavement markings, layout, temporary pavement painting, and grinding/ slurry of existing lines and markings shall be included and no extra costs will be allowed. Compensation for any additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the signal and lighting systems, shall be considered as included in the price paid for the systems and no additional compensation will be allowed therefore. Item No. 4 Temporary Wiring — Signal (Superior Avenue at Placentia Avenue): Payment for Temporary Wiring — Signal shall include full compensation for providing, installing, maintaining, removing and disposing of temporary traffic signal wiring, temporary relocation of traffic signal control cabinet for installation/modification of cabinet foundation and installation of temporary traffic signal pole(s) (as noted on plan). This item includes furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved, as shown on the Plans, as specified in the Specifications, these Special Provisions, and as directed by the City. Temporary wiring may utilize underground and/or overhead conductors. Temporary traffic circuits shall provide the sufficient number and gauge of conductors to provide full operation of the traffic signal and safety lighting systems during construction including pedestrian and bicycle push button activation, but may exclude vehicle detection. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the temporary systems, shall be considered as included in the payment for Temporary Wiring — Signal, and no additional compensation will be allowed therefore. Item No. 5 Traffic Signal Modification (Jamboree Road at Eastbluff Drive -Ford Road): The contract lump sum price paid for modifying the signal and lighting; for removing these systems; shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and installing, modifying, or removing the systems as shown on the plans, as specified in these specifications and the special provisions, and as directed by the City. All incidental items required to complete the work as intended shall, include, but not be limited to, curb ramps, any necessary loop detectors, conduit, pull boxes and wiring; fiber optic cable removal, installation, splicing and testing; excavation and backfill; concrete foundations; furnishing and installing illuminated street name signs; installing sign panels on traffic signal mast arms, signing installation, removing existing signing, and salvaging and stockpiling existing obsolete signs; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Compensation for any additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the signal and lighting \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc IOINKIKOUPA systems, shall be considered as included in the price paid for the systems and no additional compensation will be allowed therefore. Item No. 6 Temporary Wiring — Signal (Jamboree Road at Eastbluff Drive -Ford Road): Payment for Temporary Wiring — Signal shall include full compensation for providing, installing, maintaining, removing and disposing of temporary traffic signal wiring, temporary relocation of traffic signal control cabinet for installation/modification of cabinet foundation and installation of temporary traffic signal pole(s) (as noted on plan). This item includes furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved, as shown on the Plans, as specified in the Specifications, these Special Provisions, and as directed by the City. Temporary wiring may utilize underground and/or overhead conductors. Temporary traffic circuits shall provide the sufficient number and gauge of conductors to provide full operation of the traffic signal and safety lighting systems during construction including pedestrian and bicycle push button activation, but may exclude vehicle detection. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the temporary systems, shall be considered as included in the payment for Temporary Wiring — Signal, and no additional compensation will be allowed therefore. Item No. 7 Traffic Signal Modification (Coast Highway at Jamboree Road): The contract lump sum price paid for modifying the signal and lighting; for removing these systems; shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and installing, modifying, or removing the systems as shown on the plans, as specified in these specifications and the special provisions, and as directed by the City. All incidental items required to complete the work as intended shall, include, but not be limited to, any necessary loop detectors, conduit, pull boxes and wiring; fiber optic cable removal, installation, splicing and testing; excavation and backfill; concrete foundations; furnishing and installing illuminated street name signs; installing sign panels on traffic signal mast arms; signing and striping installation (including adhesives, paint, glass beads and thermoplastic), removing existing signing and striping, including grinding of existing stripes and slurry backfill, removal of raised pavement markers and salvaging and stockpiling existing obsolete signs; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. This item excludes curb ramp construction, which shall be included in Item 8. All costs for establishing alignment of traffic stripes, thermoplastic pavement markings, layout, temporary pavement painting, and grinding/ slurry of existing lines and markings shall be included and no extra costs will be allowed. Compensation for any additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the signal and lighting systems, shall be considered as included in the price paid for the systems and no additional compensation will be allowed therefore. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 15 OF 21 Item No. 8 Median Modification and Curb Ramp Construction (Coast Highway at Jamboree Road): The contract lump sum price paid for modifying medians and constructing curb ramps; for removing existing; for constructing new; shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and installing, modifying, or removing medians and curb ramps as shown on the plans, as specified in these specifications and the special provisions, and as directed by the City, including, but not limited to, saw cutting, removing existing improvements, and disposal; removal and disposal of all excavated materials necessary to attain grades indicated in the plans; construct PCC curb, sidewalk and curb ramps and AC pavement; and install detectable warning surfaces; construct PCC curb ramps per the Modified City of Newport Beach Std Plan 181 -L-A Case H and Case E, as specified and shown in the plan details. Work shall include compaction of subgrade, joints, forming, finishing, detectable warning surface tiles per City standards, and all other incidentals, labor, materials, equipment, and work items as required to complete the work in place. Compensation for any additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the median and curb ramp modification, shall be considered as included in the price paid for the systems and no additional compensation will be allowed therefore. Item No. 9 Temporary Wiring — Signal (Coast Highway at Jamboree Road): Payment for Temporary Wiring — Signal shall include full compensation for providing, installing, maintaining, removing and disposing of temporary traffic signal wiring. This item includes furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved, as shown on the Plans, as specified in the Specifications, these Special Provisions, and as directed by the City. Temporary wiring may utilize underground and/or overhead conductors. Temporary traffic circuits shall provide the sufficient number and gauge of conductors to provide full operation of the traffic signal and safety lighting systems during construction including pedestrian and bicycle push button activation, but may exclude vehicle detection. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the temporary systems, shall be considered as included in the payment for Temporary Wiring — Signal, and no additional compensation will be allowed therefore. Item No. 10 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings per the Special Provisions. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 16 OF 21 PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting, non-metallic, non -shrink, elastomeric grout." SECTION 214 --- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 17 OF 21 www/newportbeachca.gov/generalservices and clicking on refuse, then selecting the link Franchised Haulers List." 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-'/2 inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 ---ROADWAY SURFACING SECTION 302-4 EMULSION -AGGREGATE SLURRY 302-4.3 Application 302-4.3.1 General. Add to this section; "Emulsion -Aggregate Slurry to be applied on this project shall be Type II slurry. At all intersections where the intersecting street does not receive a slurry seal, slurry seal application shall end along a projection of the edge of gutter (or curb face if no gutter exists) of the intersecting street unless otherwise directed by the Engineer." \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 18 OF 21 302-4.3.2 Spreading. Replace the first sentence of the second paragraph with, "The application of slurry shall not commence until after 8:00 a.m., and the slurry shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured by 3:00 p.m., the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Final striping shall be installed no more than ten (10) working days after placement of slurry." Replace the first sentence of the third paragraph with, "Prior to the slurry application, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all weeded locations shall be treated by an approved weed -killer before any slurry shall be applied." 302-4.3.4 Application Testing. Add this section: "Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry mix. The Contractor shall apply the slurry test sections as directed by the Engineer. No slurry shall be applied until the test slurry sections have been approved the Engineer. The costs of these slurry tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor." 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be C2 -AR -4000. The A.C. for base course shall be B -AR -8000. All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 2-'/2 inches of surface course asphalt shall be placed in a separate lift over 7-'/z inches AC base course which shall be placed in 3 separately compacted lifts with evenly distributed thicknesses. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR -8000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-5.8 Manhole (and other structures). Add the following: Contractor shall be required to protect and maintain existing utility access frames, grates, and lids during paving operations. No grade difference at lip, between utility frame and asphalt concrete finished grade pavement, shall be allowed." \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 19 OF 21 SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.4 Joints 303-5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303-5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION Refer to Section 86 of the State of California Department of Transportation Standard Specifications, May 2006 unless otherwise detailed in the Traffic Signal Specifications Supplemental. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 20 OF 21 SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layouts, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc SP 21 OF 21 The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: "310-5.6.11 Existing/Conflicting Traffic Stripes and Pavement Markings to be Removed. Existing traffic stripes and pavement markings to be removed or conflicting traffic stripes and pavements markings that are no longer applicable shall be removed by grinding, unless written approval from the Engineer is acquired for an alternate method prior to mobilization of removal operation. During the removal process, the Contractor shall not damage the existing pavement. The Contractor shall apply a Type I emulsion aggregate slurry to existing pavement that was "scarred" or otherwise damaged due to the removal process, prior to the application of the new thermoplastic/paint materials at the discretion of the engineer. Existing surfacing which is to receive the thermoplastic/paint material shall be mechanically wire brushed to remove all dirt and contaminants. Residue resulting from removal operations shall be removed from pavement surfaces by sweeping or vacuuming before the residue is blown by the action of traffic or wind, migrates access lanes or shoulders, or enters into drainage facilities. Existing and\or conflicting striping and markings to be removed shall be removed prior to the application of new materials. In no case shall any section of a City street be left without the proper striping for vehicular channelization or pedestrian safety, more than 24 hours, or over weekends or holidays. In the event final striping cannot be applied immediately after the removal process, temporary striping (paint only) shall be required. Temporary reflective markers may be utilized if prior written approval is granted by the Engineer. Contractor shall maintain all temporary applications prior to the final striping and markings being applied." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS C-4841.doc I . - i ��, ti: i4 r i : February 23, 2012 1.0 Summary of Work....................................................................................................... 6 1.1 CONTRACT LIMITS................................................................................................................... 6 1.2 DESCRIPTION OF WORK.......................................................................................................... 6 1.3 COST BREAI(-DOWN.............................................................................................................. 6 1.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS ..................................................... 7 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK..................................................................................... 7 1.6 PHYSICAL AND MECHANICAL REQUIREMENTS..............................................................................8 1.7 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 8 1.8 CABLING REQUIREMENTS........................................................................................................ 9 1.9 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 9 2.0 Contractor's Qualifications.........................................................................................11 2.1 GENERAL............................................................................................................................ 11 2.2 REQUIREMENTS................................................................................................................... 11 3.0 Fiber Optic Cable........................................................................................................11 3.1 REQUIREMENTS................................................................................................................... 11 3.2 QUALITY CONTROL.............................................................................................................. 13 3.3 GENERAL CONSIDERATIONS................................................................................................... 13 3.4 FIBER CHARACTERISTICS........................................................................................................ 13 3.5 COLOR CODING................................................................................................................... 14 3.6 GENERAL CABLE PERFORMANCE............................................................................................. 14 3.7 DROP CABLE....................................................................................................................... 15 3.8 FIBER PATCH CORDS............................................................................................................ 16 3.9 FIBER OPTIC FAN -OUT KITS.................................................................................................... 16 3.10 FIBER OPTIC CONNECTORS.................................................................................................... 17 3.11 FIBER OPTIC INSTALLATION..................................................................................................... 17 3.12 SPLICING............................................................................................................................ 20 3.13 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 21 3.14 FIBER ASSIGNMENTS............................................................................................................ 22 3.15 FIBER OPTIC CABLE LINK TESTING........................................................................................... 22 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 25 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION................................................................... 25 3.18 FIBER OPTIC CABLE ROUTE RECORDS....................................................................................... 26 3.19 #10 GREEN TRACER WIRE.................................................................................................... 26 4.0 Microduct..................................................................................................................26 4.1 GENERAL........................................................................................................................... 26 4.2 REQUIREMENTS................................................................................................................... 26 4.3 QUALITY CONTROL............................................................................................................... 26 4.4 MATERIAL.. ....................................................................................... ................................ 26 4.5 INSTALLATION..................................................................................................................... 27 \\Cnb-2005\user5\PB W\Shared\Contracts\FY 11-12\C-4841- 11-12 Traffic Signa I Rehab\SPECS SU PPLEMENTAL C-4841.doc I I 5.0 Fiber Patch Panel/Wall Interconnect Unit...................................................................27 5.1 GENERAL..............................................................................................-........................... 27 5.2 DESCRIPTION...................................................................................................................... 27 6.0 Fiber Distribution Unit (FDU) and Rack.......................................................................28 6.1 GENERAL............................................................................................................................ 28 6.2 DESCRIPTION OF FDU.......................................................................................................... 28 6.3 DESCRIPTION OF RACK.......................................................................................................... 29 6.4 INSTALLATION..................................................................................................................... 29 7.0 Splice Closures...........................................................................................................29 7.1 GENERAL........................................................................................................................... 29 7.2 INSTALLATION..................................................................................................................... 30 8.0 Ethernet System........................................................................................................31 8.1 GENERAL............................................................................................................................. 31 8.2 CAT6-A CABLE.....................................................................................................I............. 31 8.3 INSTALLATION.....................................................................................................................32 8.4 TESTING............................................................................................................................. 32 8.5 WARRANTY........................................................................................................................ 32 9.0 Power Strip................................................................................................................32 9.1 GENERAL............................................................................................................................ 32 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 32 9.3 19 -INCH RACK -MOUNTED POWER STRIP.................................................................................. 33 10.0 Ethernet Radio System...............................................................................................33 10.1 GENERAL...........................................................................................................................33 10.2 REQUIREMENTS................................................................................................................... 33 10.3 TESTING.............................................................................................................................34 10.4 WARRANTY......................................................................................................................... 34 11.0 CCTV System..............................................................................................................34 11.1 GENERAL...........................................................................................................................34 11.2 CCTV IP DOME CAMERA...................................................................................................... 34 11.3 CCTV VIDEO ENCODER........................................................................................................ 35 11.4 CCTV INTEGRATED CAMERA CABLE......................................................................................... 36 12.0 Conduit......................................................................................................................36 12.1 GENERAL...........................................................................................................................36 12.2 REQUIREMENTS.................................................................................................................... 36 12.3 QUALITY CONTROL............................................................................................................... 37 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 37 12.5 PVC SCHEDULE 80 CONDUIT.................................................................................................. 37 12.6 INSTALLATION ................... ..... ....................... ...:......... ................. ........................................ 38 \\Cnb-2005\u5ers\PBW\Shared\Contracts\FY 11-12\C-4841- 11-12 Traffic Sign aI Rehab\SPECSSUPPLEMENTALC-4841.doc III 13.0 Pull Boxes..................................................................................................................39 13.1 GENERAL...........................................................................................................................39 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 39 13.3 INSTALLATION REQUIREMENTS............................................................................................... 40 13.4 INSTALLATION DETAIL........................................................................................................... 41 14.0 Conductors and Wiring...............................................................................................41 14.1 SPLICING............................................................................................................................ 42 14.2 TEMPORARY OVERHEAD WIRING............................................................................................ 42 15.0 Twisted Pair Cable.....................................................................................................42 15.1 GENERAL...........................................................................................................................42 15.2 REQUIREMENTS ................................................................................................................... 42 15.3 CABLE MARKING................................................................................................................. 43 15.4 QUALITY CONTROL.............................................................................................................. 43 15.5 G ENERAL CONSIDERATIONS.................................................................................................... 43 15.6 INSTALLATION..................................................................................................................... 43 15.7 COMMUNICATION LINK TESTING............................................................................................ 44 16.0 Controller Cabinet Assemblies....................................................................................44 16.1 CITY FURNISHED EQUIPMENT................................................................................................. 44 16.2 GENERAL...........................................................................................................................44 16.3 DOCUMENTATION............................................................................................................... 45 16.4 WARRANTY. ....................................................................................................................... 45 16.5 CABINET STANDARDS........................................................................................................... 45 16.6 CABINET WIRING................................................................................................................. 46 16.7 CABINET EQUIPMENT............................................................................................................ 48 17.0 Standards, Steel Pedestals, and Posts.........................................................................50 17.1 EXCAVATING AND BACKFILLING.............................................................................................. 50 17.2 GENERAL...........................................................................................................................50 17.3 FOUNDATIONS.................................................................................................................... 50 18.0 Service Enclosures......................................................................................................50 18.1 GENERAL...........................................................................................................................50 19.0 Vehicle/Pedestrian Signal Faces.................................................................................51 19.1 LIGHT EMITTING DIODE SIGNAL MODULE................................................................................. 51 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE ............................................ 51. 20.0 Vehicle Detectors.......................................................................................................52 21.0 Pedestrian/Bike Push Button Assemblies...................................................................52 21.1 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 53 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................. 53 21.3 LAG-TYPE REGULATOR BALLASTS............................................................................................ 53 \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Reha b\SPECS SUPPLEMENTAL C-4841.doc IV 21.4 LEAD TYPE REGULATOR BALLASTS........................................................................................... 53 21.5 PHOTOELECTRIC CONTROLS.................................................................................................... 54 21.6 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.................................................................. 54 22.0 Opticom Priority Control System................................................................................56 23.0 Battery Backup System..............................................................................................57 23.1 BATTERY BACKUP CABINET.................................................................................................... 57 24.0 SIGNS.........................................................................................................................57 24.1 GENERAL...........................................................................................................................57 \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Project Intersection Locations Superior Avenue at Placentia Avenue Jamboree Road at Eastbluff Drive/Ford Road Coast Highway at Jamboree Road 1.2 DESCRIPTION OF WORK The Contractor shall be responsible to furnish necessary equipment, materials and services to modify the Superior Avenue/Placentia Avenue, Jamboree Road/Eastbluff Drive -Ford Road and Coast Highway/Jamboree Road intersections per the plans (T-6012-5), Special Provisions and Special Provision Supplemental. Construction at the Jamboree Road/Eastbluff Drive -Ford Road intersection shall be completed prior to August 31n (Labor Day Weekend). Additionally, the Contractor shall furnish and install LED countdown pedestrian heads as detailed in Exhibit A. Installation of these countdown pedestrian heads shall be the first item of business. The contractor shall make every effort to install these heads prior to May 25" (Memorial Day Weekend). 1.3 COST BREAK -DOWN Cost break -down shall conform to the provisions in Section 86-1.03, "Cost Break -Down", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. In addition to items listed in Section 86-1.03, the cost break -down shall include cost information for the following items: o Installation/modification of curb ramps and sidewalks; ® Median Modifications; o Striping Modifications; o Traffic Control Plans/deployment; and o Other items necessary for completion of the project. The Contractor shall furnish the Engineer a cost break -down for the contract lump sum items on a per bid item basis. Cost break -down tables shall be submitted to the Engineer for approval within fifteen (15) working days after the contract has been approved. Cost break -down tables will be approved, in writing, by the Engineer before any partial payment will be made. \\Cnb-2005\users\PBW\Shared\Contracts\FV 11-12\C-4841-11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 6 1.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86-1.06 "Maintaining Existing and Temporary Electrical Systems" of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. The Contractor shall request prior authorization from the Engineer for each traffic signal system shutdown. Traffic signal system shutdown shall be coordinated through the Engineer, and shall be kept to a minimum, as determined by the Engineer. The Contractor shall install temporary wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated in bid items. All existing signal indications, pedestrian and bicycle push buttons, and control equipment shall be maintained in operation, except during shutdown hours as specified above. All damaged detector loops shall be back in service within five (5) working days (unless otherwise specified). The Contractor shall place "Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal shutdown. Temporary "Stop Ahead" and "Stop" signs shall be either covered or removed when the system is turned on. "Stop" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12-3.06, "Construction Area Signs" of the State of California Department of Transportation (Caltrans) Standard Specifications. Minimum size of "Stop" signs shall be 30 inches. One "Stop" sign shall be placed for each direction of traffic. For approaches with two or more lanes, a minimum of two "Stop" signs shall be placed. Location of the signs shall be as directed by the Engineer. 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be Limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Rehab\SPECS SUP PLEMENTALC-4841.doc 7 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. 1.6 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.7 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). o Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. o High Frequency Interference - Spikes of 50 volts. ® Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. o Temperature Range -+50 to +85 degrees F. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Re hab\SPECS SUP PLEMENTAL C-4841.doc 8 C Temperature Gradient - 10 degrees F per hour. o Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.8 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.9 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign al Rehab\SPECS SUPPLEMENTAL C-4841.doc 9 The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841- 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 10 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. \\Cn1L-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 11 Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: o Interfere with the cable installation employing accepted cable installation practices. © Degrade the transmission performance and environmental resistance after installation. o Inhibit proper connection to interfacing elements. c Otherwise yield an inferior product. o Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code" (NESC), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. \\Cnb-2005\user5\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 12 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.3 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.4 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 pm (nominal) Cladding diameter 125 pm ± 1.0 pm Core to Cladding Offset <0.7 pm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia - max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1SS0 nm <0.35 dB/km <0.31 dB/km <0.25 dB/I<m Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm \\Cnb-2005\users\P8W\Shared\Contracts\FY 11-12\C-4841- 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 13 Parameters Value Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (Ao) Zero Dispersion Slope 1302 < A" < 1322 nm <0.092 ps/(nrn km) Maximum Dispersion: <_ 3.5 ps/(nm,km) for 1285 - 1330 nm < 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ± 0.4 pm at 1310 nm 10.5 ± 0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.5 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.6 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip) Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 14 Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall note exceed 0.4 dB during loading at 1550 nm for single -mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ±0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.7 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 15 Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.8 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal 3.9 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. \\Cnh-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12Traf cSign al Rehab\SPECSSUPPLEMENTALC-4841.doc 16 Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance _< -40 dB between a temperature range of -40° C to 75° C Durability <-0.3 dB change, 200 rematings. Tensile Strength ; 0.2 dB change, 10 Ib. Temperature Cycling <-0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. \\Cn1a-2005\user5\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 17 When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: o Proper attachment to the cable strength elements for pulling during installation. o Cable tensile limitations and tension monitoring procedures. o Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. S. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of \\Cnb-2005\users\PBW\Sh are d\Contr a cts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 18 recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. \\Cnb-2006\users\PBW\Share d\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 19 3.12 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: a Connection of cable reel sections. o Connection of a mainline cable to a drop cable. o Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. o Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice trays) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. \\Cnb-2005\user5\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 20 3.13 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70' C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 `C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 21 All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.14 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 3.15 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: o Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841 - 11-12TrafficSignal Rehab\SPECS SUPPLEMENTAL C-4841.doc 22 Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 d6, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a I Rehab\SPECS SUPPLEMENTAL C-4841.doc 23 compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: o The date and time of the test o The Cable ID number o The fiber color or ID number • The optical wavelength used for the test o The refractive index setting of the OTDR o The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring \\Cnb-2005\users\PBW\Sh are d\Contracts\FY 11-12\C-4841 - 11-12Traffic Sign a Rehab\SPECS SUP PLEMENTALC-4841.doc 24 the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. o Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. e System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 25 System Insertion Loss 1 (dB) = Ref. Power 1 (d8m) — Test Power 1 (d8m) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.18 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 3.19 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. 4.0 MYCRODUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. \\Cnb-2005\users\PEW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 26 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. 5.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 d8. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. \\Cnb-2005\user5\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUP PLEMENTALC-4841.doc 27 The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 6.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU The FDU at the Police Station shall be 19 -inch rack mountable fiber interconnect enclosure, suited for indoor use in a standard EIA 19 inch equipment rack. FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure.- The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841- 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 28 Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. 6.3 DESCRIPTION OF HACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. Specific requirements of the communication rack include: 0 Adjusts to a 23" racking width without extra hardware. o Adjustable depth from 10" to 18". ® Ideal for high-density racking. O Extra -large 9.5" interior cabling channel between posts. 9 Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. a Multiple mounting points for cable ties and cable management spools. O Side cutouts provide cable access between racks. 0 12-24 tapped mounting holes. C Rack Units — 45 C Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack P Black in color 0 Warranty — Lifetime The Rack shall be Chatsworth Model #4353-701 with Cable Management Model #3053 0-71 9 and 11730- 701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. \\Cnb-2005\users\PSW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUPPLE MENTALC-4841.doc 29 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40` C. to +70" C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. \\Cnb-2005\users\PBW\Sh are d\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a I Rehab\SPECS SUPPLEMENTAL C-4841.doc 30 The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection -molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encopsulant, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT&A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. \\Cnb-2005\user5\PF W\Shared\Contracts\FV 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 31 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. 9.0 POWER STRIP 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUPPLE MENTAL C-4841.doc 32 Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8UItra-NEMA and ISOBAR12Ultra- Rack- Mount, or approved equal. 10.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps \\Cnb-2005\u5ers\PBVJ\Shared\Contracts\PY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 33 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB58INT or approved equal 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. 11,0 CCTV SYSTEM 11.1 GENERAL The Closed Circuit Television (CCTV) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCTV camera system including the dome camera, CCN cable (video/data/power), CCTV camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCTV camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCN camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCTV camera locations identified herein will be done by a pair of IP video encoders. 11.2 CCTV IP DOME CAMERA The Camera shall be IP DSP, Color CCD and capable of producing H264 and M1PEG encoding with maximum resolutions of 1280 x 720 and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 18 X and 6 X digital zoom and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 3600 rotation (no stops). The camera shall be able to operate at 30 frames per second. The camera shall operate at NEMA TS2 voltage levels of 24 VAC to 120 VAC and environmental temperatures of -400 to 65°C. The camera shall have a minimum of 8 programmable privacy zones, zones at which the video is blanked, and 64 presets. The camera shall be in a pressurized with dry nitrogen sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 30 lbs. and shall have \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841 - 11-12 Traffic Sign aIRehab\SPECS SUPPLEMENTALC-4841.doc 34 dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCTV camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCTV Dome Camera shall be COHU Model 3920HD, or approved equal. 11.3 CCTV VIDEO ENCODER The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. The video streams shall have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend mounting procedures to Engineer for approval including the Contractor furnishing and installing a 19 - inch rack mounted shelf in cabinets where communication equipment is installed. The CODEC -1 shall provide at least one video input for an NTSC CCTV camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCN camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCTV cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and T1 protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: a NTSC or PAL video standards o Composite and S -Video inputs o One video input with optional two or four inputs a MPEG-1, MPEG-2 and MPEG -4 Video Compression a Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s o Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 o NTSC frame rate is 30 fps and PAL frame rate is 25 fps \\Cnb-2005\users\PBW\Share d\Contracts\FV11-12\C-4841-11-12 Traffic Sign aIRehab\SPECS SUPPLEMENTALC-4841.doc 35 • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (L1, L2), MP3 and AC3 a System management/setup and integrated camera control is through TCP/IP © TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast o Control 1/0 using COM port, RS232 protocol o Input power from 85 to 250 VAC (auto -ranging power supply) o Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) o Operating temperature range from -20 to +70 degrees Celsius o Standard 19" rack unit at 1U (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) a System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCN cameras installed as part of this contract. o Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. The CCTV Video Encoder shall be COHU i-linx Model 9905-4500, or approved equal. 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU, or approved equal. 12.0 CONDUIT 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS Unless otherwise approved, new conduit shall be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. \\Cnb-2005\users\PBW\Shared\Contracts\FY11-12\C-4841-11-12TrafficSign aIRehab\SPECS SUP PLEMENTALC-4841.doc 36 If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 12.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12Traffic Sign a Reha b\SPECS SUP PLEMENTALC-4841.doc 37 Conduit shall be Carlon or Endot made or approved equivalent. 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign at Rehab\SPECS SUPPLEMENTAL C-4841.doc 38 Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 13.0 PULL BOXES 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 39 All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 36 inch L x 24 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box 45 Lid Christy FL30T 46 Box Christy N36 Electrical Box #6 Lid Christy FL36T 46E Extension Christy 1336X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841-11-12 Traffic Sign al Rehab\SPECS SUPPLEMENTAL C-4841.doc 40 The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and riot the Engineer or the City. 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling' of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. 14.0 CONDUCTORS ARID WIRING Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors", Section 86- 2.08D, "Signal Cable" and Section 86-2.09, "Wiring", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. Traffic Signal cable shall be used for all signal circuits. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 86 2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation; at any point, shall be 12 mils for conductor sizes No. 14 and No. 12, and 16 mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mils at any point. The cable shall be stripped at the 10' level terminal compartment (not up from the base of the pole). Conductors for the pedestrian indication shall be'jumpered' from the signal terminal block down to the pedestrian indication. Conductors No. 8 AWG or larger shall be stranded. \\Cnb-2005\users\PBW\Shared\Contracts\FV 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUPPLEMENTAL C-4841.doc 41 When new conductors are to be installed in a conduit with existing individual conductors (service wire excepted), all individual conductors shall be removed and replaced with multi -conductor cable. 'Slipping' of new cable in conduit with existing cable is not permitted. Each conductor shall have clear, distinctive and permanent markings for identification in all locations, including pull boxes and shall conform to the State of California Standard Specifications. The Contractor is responsible to provide a level of workmanship for final inspection and cabinet wiring to the satisfaction of the Inspector. Time and material required to attain desirable product shall be included in the overall bid prices and no additional compensation shall be allowed therefore. 14.1 SPLICING Splicing shall conform to the provisions in Section 86-2.09D, "Splicing," of the Caltrans Standard Specifications, and these Special Provisions. No. 10 AWG conductors or larger shall be spliced by the use of compression connectors. Traffic signal and Opticom conductors shall not be spliced. Splice insulation shall conform to the provisions in Section 86-2.09E, "Splice Insulation," of the Caltrans Standard Specifications dated May 2006, and these Special Provisions. Splices shall be installed by the "B" Method. 14.2 TEMPORARY OVERHEAD WIRING All temporary overhead circuit runs shall be 28 -conductor cable. When exposed over the roadway, they shall be at least 20 feet above the finished roadway surface. Over the sidewalk and the roadside areas not open to vehicular traffic, they shall be at least 10 feet above the finished roadway surface. 15.0 TWISTED PAIR CABLE 15.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 15.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 42 The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 15.3 CABLE MARKING o The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. o The markings shall be repeated every two (2) feet. ® The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. o The marking shall be approximately one-half (%) of the diameter of the cable and must be permanent and weatherproof. 15.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 15.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: o Conductors: Solid # 19 AWG copper conductors o Insulation: solid virgin high density polyethylene with telephone industry color -coding o Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) o Filling Compound: the cable shall be gel -filled to prevent water intrusion o Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage o Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: o Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf o All copper pairs are to be properly cleaned to remove residue o Cable shall be installed free of kinks, cuts or damages o All pairs shall be installed (landed) in a termination box in the cabinet o One end of the copper shielding cable shall be grounded 15.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Reha b\SPECS SUPPLEMENTAL C-4841.doc 43 15.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans but also to test existing twisted pair cable This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. U Results of testto be submitted to the City in a CD. 0 Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 16.0 CONTROLLER CABINET ASSEMBLIES 16.1 CITY FURNISHED EQUIPMENT Signal cabinet assemblies including controller units, less anchor bolts, will be City furnished; anchor bolts shall be Contractor furnished. Contractor will be responsible to furnish and install all other appurtenant items identified on the signal plans. Contractor shall be responsible for the loading and transport of the signal cabinet assemblies from the City Yard to the job site. The City Yard is located at: 3300 Pacific View Drive, Newport Beach, California. Contact Mr. Bryan Loo at (949) 644-3324, a minimum of two working days to arrange for the pick-up of equipment. Contractor shall coordinate with the cabinet manufacturer to have a technician onsite during turn -on of the cabinet. 16.2 GENERAL Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. \\Cnb-2005\users\PEW\Shared\Contracts\FY11-12\C-4841-11-12 Traffic Signal Rehab\SPECS SUPPLE MENTALC-4841.doc 44 Cabinet Construction The following items are included in the cabinet assembly: 0 .For 16 position main panel 0 Type "0", "P", and "R" aluminum cabinet powder -coated white inside and out. 0 Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. 0 Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU 0 16 -channel detector rack w/ BIU slot (minimum) 0 8- 2 -channel Detectors (minimum) or (16 channel max.) 0 Bus Interface Units—detector rack only 0 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 16.3 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. 16.4 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 16.5 CABINET STANDARDS 16.5.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "C", "P" or "R° aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: 0 Material shall be 5052-H32 0.125 -inch thick aluminum. 0 The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color#17875 0 The door hinge shall be of the continuous type with a stainless steel hinge pin. 0 The door handle shall be cast aluminum. With the provisions for padlock installation. 0 All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. 0 Cabinet lock shall be of the Corbin #1548-1 (42 Key). 0 A roll out computer table shall be mounted under the Controller location on the First shelf. 0 Each cabinet shall have 3 sets of cabinet wiring diagrams. 0 Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 45 16.5.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet lower shelf shall be easily removable without tools. Four "C" the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "0" and "R" cabinets shall have three (3) shelves. 16.6 CABINET WIRING 16.6.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 16.6.2 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. 16.6.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. 16.6.4 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. 16.6.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 16.6.6 POWER PANEL The Power Panel shall house the following equipment: o A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. o A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. o An EDCO model SHP-300-10 or equivalent surge arrester. o A 50 amp, 125 VAC radio interference line filter. a A normally -open, 60 -amp, mercury contractor a A spare 15 amp, auxiliary breaker shall be provided. 16.6.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. I. 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 filtered power. \\Cnb-2005\users\PBW\5hared\Contracts\FY11-12\C-4841-11-12 Traffic Signa IRehab\SPECSSUPPLEMENTALC-4841.doc 46 16.6.8 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). 16.6.9 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. 16.6.103 -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. 16.6.112 -POSITION CONTROLLER POWER ONIOFF—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. 16.6.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 16.6.132 -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. 16.6.142 -POSITION AUTO/FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 16.6.15 CABL ES 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. 16.6.16COLOR CODING All cabinet wiring shall be color coded as follows: o Purple = Flash color programming o Brown = Green Signal Wiring a Yellow = Yellow signal wiring o Red = Red signal wiring o Blue = Controller wiring o Gray = DC ground(return),(logic ground) o Black = AC+ c White = AC - a Green = Chassis \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTALC-4841.doc 47 16.6.17MAIN-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. 16.6. I8 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. 16.6.19DETECTOR RACKAND 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.. 16.6.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 16.6.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: o 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. o Four or Six flash transfer relay sockets as required. o One flasher socket. a Wiring for one Type -16 MMU. o 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. 16.6.22FIELD 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. 16.7 CABINET EQUIPMENT 16.7.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 16.7,2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 16.7.3 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. 16.7.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a I Reha b\SPECS SUPPLEMENTAL C-4841.doc 48 16.7.5 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. 16.7.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. 16.7.7 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. 16.7.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemon model # S66M1-50 and sub- base. 16.7.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 16.7.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 16.7.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 16.7.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 16.7.13 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. 16.7.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. \\Cnb-2005\users\PBW\Shared\Contracts\PV11-12\C-4841-11-12TrafficSign aIRehab\SPECS SUP PLEMENTALC-4841.doc 49 17.0 STANDARDS, STEEL PEDESTALS, AND POSTS 17.1 EXCAVATING AND BACKFILLING Excavating and backfilling shall conform to the provisions in Section 86-2.01, "Excavating and Backfilling', of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. 17.2 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment, except as noted otherwise on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 17.3 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 18.0 SERVICE ENCLOSURES 18.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -28 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E 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 \\Cnb-2005\users\PBW\Shared\Contracts\FY11-12\C-4841-11-12 Traffic Sign aIRehab\SPECS SUPPLEMENTALC-4841.doc 50 service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 19.0 VEHICLE/PEDESTRIAN SIGNAL FACES All vehicle and pedestrian indications/heads shall be furnished and installed/replaced new, including mounting framework and hardware. All new vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. All new vehicle indications, visors, and back plates shall be structural plastic. Top openings of vehicle indications shall be sealed with neoprene gaskets. All pedestrian indications shall be Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 19.1 LIGHT EMITTING DIODE SIGNAL MODULE All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. LED signal modules shall be fully compliant to the Institute of Transportation Engineers (ITE) Vehicle Traffic Control Signal Heads (VTCSH) LED Circular Supplement specifications dated and adopted June27, 2005. Contractor shall submit to the City Engineer reports from ETL/Intertek that certify full compliance of all LED ball signal modules to the entire ITE specification. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED Countdown units installed. LED countdown pedestrian signal modules shall be fully compliant to the ITE PTCSI Part -2: LED Pedestrian Traffic Signal Modules specifications adopted August 4, 2010. \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Signal Reha b\SPECS SUPPLEMENTAL C-4841.doc 51 Contractor shall submit to the City Engineer reports from ETL/Intertek that certify full compliance of LED signal modules to these specifications. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 20.0 VEHICLE DETECTORS Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. 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 -56 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the detail on the plan and will be placed immediately behind the limit line/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. 21.0 PEDESTRIAN/BIKE PUSH BUTTON ASSEMBLIES All Pedestrian and bicycle push buttons assemblies shall be furnished and replaced new, including mounting hardware. New pedestrian push button assemblies shall be mounted at 3'-4" above the finished surface, measured from the surface where the pedestrian is located. Holes left in the shafts of the existing standards due to removal of existing push buttons shall be repaired by welding a suitable disk, grinding smooth and painting as provided for repairing damaged galvanized surfaces in Section 75-1.05, "Galvanizing", in the State Standard Specifications. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). Lighting \\Cnb-2005\users\PBW\Share d\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUPPLEMENTAL C-4841.doc 52 21.1 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 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 21.2 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 most 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." 21.3 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 21.4 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: \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Sign aIRehab\SPECS SUPPLEMENTALC-4841.doc 53 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 7-1/2 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." 21.5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 21.6 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting arms, mounting brackets and hardware. All new internally illuminated street name signs shall be edge lit LED and shall be as specified in these Special Provisions. Sign legends shall be white on a green background. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. 21.5.1 MECHANICAL The sign housing shall be constructed of 6063-T5 extruded aluminum. Complete housing assembly to be TIG welded construction. The standard housing width will be a nominal 3.00" wide and 22" high with standard lengths of 72"and 96". No tools will be required to replace the Sign Panels, LED Light Engine and LED Driver. The sign housing will accept panels from either end and panel up to .177 thickness. Housing will overlap panels a minimum of 1.63" around all edges. Housing to be designed to facilitate in field maintenance. LED driver to be located for ease of maintenance. LED light modules to be mounted on removable trays. Trays can be removed from either side without the use of tools. The complete fixture maximum weight will be as follows: 72" x 18": 53lbs 96" x 18": 65lbs \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 54 The housing should be designed to allow moisture to drain out each end through the end caps. Sign will be supplied with two hinging clevis attachments points welded and bolted to the top of the sign housing. Clevises will be a minimum of three inches wide. Hinge pin will be a 3/8" in diameter stainless steel shoulder bolt. There will be a bronze bearing interface between the hinge bolt and the top clevis brackets. Hinge bolt to be secured with a stainless steel nylok nut. A % -13 x 5.0" stainless steel hex bolt fastens through the top clevis bracket for attachment to the mastarm adjustable bracket. 21.6.2 FINISH Sign shall be clean and free of any blemishes, burrs, or scratches. All metal parts to be fabricated in a uniform method. Sign housing shall have natural aluminum finish with clear powder coat finish no less than 2mills and no more than 5 mills thick. 21.6.3 ENVIRONMENTAL Sign fixture shall be designed and constructed withstand 70 miles per hour wind loads in conformance with the requirements of the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaries and Traffic Signals", and amendments thereto. The sign panels shall not deform or warp under a 70mph wind loading. The sign and power supply should be able to withstand and operate at temperature extremes of -22 deg F to +140 deg F (-30 deg C to +55 deg C) 21.6.4 SIGN PANEL Reflective sign panels shall have a .177 thick clear polycarbonate base substrate. An ASTM type IV reflective sheeting shall be applied to the polycarbonate. All clear polycarbonate shall be heat dried prior to application of reflective sheeting. Panel layout at minimum shall conform with the MUTCD standards. Lettering to be 8" Highway Gothic E font. Lettering to be centered horizontally and vertically. A %" white border will show around the entire perimeter of the sign panel after installed in the sign housing. The appearance of the sign face shall be uniform throughout and shall be free of wrinkles, streaks, air bubbles or blemishes that may detract from the general appearance or color matching of the sign when viewed from a distance of twenty-five (25) feet. 21.6.5 ELECTRICAL The nominal power consumption for signs is as follows: \\Cnb-2005\users\PBW\Shared\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTALC-4841.doc 55 Sign Length Watts 72" 60W 96" 80W 21.6.6 LED DRIVER Input Voltage Range 90-264VAC @ 50/6OHz Output voltage +24VDC Max Watts 60 Watts (Two required for 84" and 96") UL UL1310 Class 2 Operating Temp -22°F -+140°F (-30'C - +55°C) Overload Protection Yes (Auto Recovery) IEC IP67 (Full Encapsulation) 21.5.7 LED LIGHT ENGINE The LED light engine shall be composed of 11.50" long PCB assemblies. Each PCB assembly will have a 5 pin single row connector on each end. One of the connectors will have a male connector and on the other will be the mating female version, allowing direct end to end connection to facilitate maintenance of light engine. Each LED PCB assembly shall have circuitry that compensates for temperature and drives the LED's with constant current. The circuit shall also have the option of dimming with a PWM signal. LED's to be high brightness low wattage with a average CCT of 5000K. Each LED PCB assembly will produce a minimum of 340 lumens. The light engine will produce an average of 250 nits of panel brightness on each panel for a double sided sign. LED IISNS signs shall be Nuart Edgelit, or approved equal. 22.0 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, phase selector slots shall be incorporated in the vehicle detection rack. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. \\Cnb-2005\users\PBw\Shared\Contracts\FY 11-12\C-4841-11-12 Traffic Sign a Rehab\SPECS SUPPLEMENTAL C-4841.doc 56 The EVP system shall consist of the following components: 0 GTT Model 752 phase selector units, 0 GTT Model 760 rack (if required), 0 GTT Model 722 Optical Detector Units 0 GTT Model 138 Optical Detector Cable 23.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 -volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: 0 Inverter/Charger (with RS232 port): 24111 (NEMA) 0 Combined Manual Bypass Switch — 511016 0 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 0 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. 23.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be California Chassis P/N FCU104664 or approved equal and made of Aluminum alloy. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 57 New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 Y4 inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. \\Cnb-2005\users\PBW\Sh a red\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\SPECS SUPPLEMENTAL C-4841.doc 58 EXHIBIT A LED COUNTDOWN PEDESTRIAN SIGNAL HEAD INSTALLATION LOCATIONS LOCATION NUMBER OF PED HEADS 1 Coast Highway @ Avocado Avenue 8 2 Coast Highway @ MacArthur Boulevard 4 3 Coast Highway @ Goldenrod Avenue 8 4 ICoast Highway @ Iris Avenue 4 5 ICoast Highway @ Marguerite Avenue 12 6 Coast Highway @ Poppy Avenue 8 TOTAL 44 \\Cnb-2005\users\PBW\Sh are d\Contracts\FY 11-12\C-4841 - 11-12 Traffic Signal Rehab\DESIGN PHAS E\Countdown LED Head Qua ntaties CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4-27-12 Dept./Contact Received From: Shari Date Completed: 4-30-12 Sent to: Shari By: Joel Company/Person required to have certificate: PTM General Engineering Services, Inc. Type of contract: All Other t. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5-11-11/5-11-12 A. INSURANCE COMPANY: Scottsdale Insurance Company B. AM BEST RATING (A- : VII or greater): A: XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes 0 No D. LIMITS (Must be $11A or greater): What is limit provided? 1,000,000 E. ADDITIONAL INSURED ENDORSEMENT—please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ®No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 2-09-12/2-09-13 A. INSURANCE COMPANY: Century National Insurance Co. B. AM BEST RATING (A-: VII or greater) A: IX C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 CSL E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 11-18-11/11-19-12 A. INSURANCE COMPANY: Barret Business Services B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK ❑ Yes ❑ No ❑ Yes ❑ No 1,000,000 ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _, Self Insured Retention or Deductible greater than $ ) ❑ N/A ® Yes ❑ No Reason for Risk Management approval/exception/waiver: A Risk Manageme * Subject to the terms of the contract. Date AC41 ate' CERTIFICATE OF LIABILITY INSURANCE --1 DATE (MM/DD,YYYY) 04/02/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, 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). PRODUCER LICENSE NO. 0637431 CONTACT PATRICK MCRAE NAME: PATRICK MCRAE INSURANCE SERVICES a°NEe EXt_ (714) 779-6999 FAC No: (714) 779-6903 E-MAIL ADDRESS: P MCRAE@SBCGLOBAL.NET - 1290 N. HANCOCK ST.: SUITE 210 ANAHEIM HILLS, CA 92807 PRODUCER CUSTOMER ID B: INSURERS AFFORDING COVERAGE NAIC p INSURED INSURER A: SCOTTSDALE INSURANCE COMPANY 41297 INSURER B: CENTURY NATIONAL INSURANCE CO 26905 ADV INJURY 5 1,000,000 PTM GENERAL ENGINEERING SERVICES INC. INSURER C: SCOTTSDALE INSURANCE COMPANY 41297 5942 ACORN STREET INSURERD: FIRST NATIONAL INSURANCE COMPANY 24724 RIVERSIDE CA 92504 INSURERS: BARRET BUSINESS SERVICES (BBSI) 2246 (SIP) INSURER F: X EBL:$1,000,000 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT0/1THSTANDING 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OFINSURANCE ADDLSUBR INSR MD POLICY NUMBER POLICY EFF MM/DOIYYYY POLICY EXP MMIDWYYYYMI LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAMS MADE OCCUR X X BCS0022114 DEDUCTIBLE, $5,000 OCCURRENCE 05/11/201105/11/2012RRENCE S 1,000,000 RENTED Ea000 NU`aAa 5 50,000 ny one ersan) 5 5,000 ADV INJURY 5 1,000,000 X XCU/OCP X EBL:$1,000,000 GREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: -COMPIOP AGO 5 2,000,000 POLICY ^ JE � LOC 5 B AUTOMOBILE X LIABILITY ANY AUTO X X BAP0175004 02/09/201202/09/2013[PROPERTY BINED SINGLE LIMIT $ 1,000,000 cciderp ILY INJURY person) S X ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS ILY INJURY (Per accident) 5 DAMAGEX accident) 5 X NON-OWNEDAUTOS 5 X HIRED PHY. DAMAGE S C UMBRELLA LIAR X OCCUR - - XLS0067022 05/11/201105/11/2012EACHOCCURRENCE $ 10;000,000 X EXCESS LAB CLAIMSMADEUNDERLYING POLICIES: GL & AL AGGREGATE S 10,000,000 X DEDUCTIBLE PROD> COMP /OPS $ 10,000,000 S 17 RETENTION 5 NIL E WORKERS COMPENSATION 2246 11/18/201111/19/2012 X AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) NIA A X ORY LIMITS ER E.L. EACH ACCIDENT 5 1,000,000 EL DISEASE - EA EMPLOYE° S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT S 1,000,000 PROPERTY & INLAND MARINE 01 -CI -242900-3 07/10/2011 07/10/2012 el AO EEDUTIBLEPEROCCURRENCE D E4u�4mem B,eakdcwc co.e,eye clu&d COnIan015 Em,wP,Q (90%comsu,anee) $123000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IAltach ACORD 101 Additional Remarks Schedule if more space is requlred) CITY OF NEWPORT BEACH, ALONG WITH THEIR OFFICERS, OFFICIALS. AGENTS, t3EPRESENTATIVES, EMPLOYEI=S AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. INSURANCE AFFORDED BY THE COMMERCIAL GENERAL LIABILITY POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED IS PRIMARY INSURANCE AS RESPECTS ANY CLAIM LOSS OR LIABILITY CAUSED IN WHOLE OR IN PART BY THE NAMED INSUREDS) OPERATIONS, AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED EXCESS AND NON-CONTRIBUTORY. 'SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, A 30 DAYS WRITTEN NOTICE WILL BE ISSUED, RE: JOB DESC: FY11-12 TRAFFIC SIGNAL REHABILITATION, CONTRACT NO. 4841: PTM JO8 NO: Pit -01 CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 92658-8915 ACORD 25 (2009/09) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2009 ACORD The ACORD name and logo are registered marks of ACORD reserved. NAMED INSURED: PTM GENERAL ENGINEERING'SERVICES, INC. POLICY NUMBER: ECS00247861 POLICY PERIOD: 05/11/2011 TO 05/11/2012 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: Ks tI�I�I3:7N/_itely •1�1.7_L�I_L7�i�'LKi A. Section 11 — Who Is An insured is amended to include as an additional insured any person or or- ganization for whom you are performing opera- tions when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with re- spect to liability for 'bodily injury", "property dam- age" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an addi- tional insured under this endorsement ends when your operations for that additional insured are completed. = OF NER'POST BEAL. K ALONG R]TH THEIR OFFICERS. OFFICIALS. AGENTS. REPRESENT ATI% ES, EMPLOYEES AND VOLUNTEERS ARE N A.NIED AS ADDITIONAL INSURED RE: JOB DESCRIPTION F1 11-12 1'RgFFIC' SS)NAL REHAUILRATION. COFLM-+.CT \O:4841; PIl1 JOB HO: P12-01 CG 20 33 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", 'property damage" or 'personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions: or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or 'property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcon- tractor engaged in performing operations for a principal as a part of the same project. 0 ISO Properties, Inc., 2004 Memomndum Copy Page 1 of 1 ❑ NAMED INSURED: PTM GENERAL ENGINEERING SERVICES, INC. POLICY PERIOD: 05/11/2011 TO 05/11/2012 POLICY NUMBERBCS0024861 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Operations CITY OF NMPORT BEAC:H..ALONU IkTTH THEIR OFFICERS OFFICIAL$, RE, JOB DESCRIPTION FYI M'- TRAFFIC SIGNAL REHABILITATION, AGEN-CS, REPRESEI`TATR'ES, EMPLOYEES AND VOLLTTEERSARE IYAfED CONTICk(TNO: 4M.PT.\ISOBNO: P'-01 AS ADDITIONAL INSURED Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section 11 —Who Is An Insured is amended to in- clude as an additional insured the person(s) or or- ganization(s) shown in the Schedule, but only with respect to liability for 'bodily injury" or "property damage" caused, in whole or in part, by 'your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the 'products - completed operations hazard". CG 20 37 D7 04 © ISO Properties, Inc., 2004 M...,.nftm Copy Page 1 of 1 0 NAMED INSURED: PTM GENERAL ENGINEERING SERVICES, INC. POLICY PERIOD: 05/11/2011 TO 05/11/2012 POLICY NUMBER- BCS 0 0 2 4861 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 yob >�',, 1 '�� ;•1 r- ,3. I,� _ � � r i•I 1� i , ( •, � � '�'' t I•i ��" b r� OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CITY OF NBRTORT BEACH, ALONG RTIli THEIR OFFICERS. OFF1CD5LS, AGENTS. REPRESENTAM-ES. ENIPLO}EES AND N'OLUNTEERS ARE N HIED AS ADDITIONAL (NSI'RED a HEOB DESCRIPTIOS:PSI I -L TRAFFIC SIGN_ L REHABILITATION. CONTRACT NO:4811: PTM AIB NO: P1201 The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Memorondum Copy Page 1 of 1 ❑ NAMED INSURED: PTM GENERAL ENGINEERING SERVICES, INC. POLICY PERIOD: 05/11/2011 TO 05/11/2012 ENDORSEMENT SCOTTSDALE INSURANCE COMPANY® NO. ATTACHED TO AND FORMING A PART OF ENDORSEMENT EFFECTIVE DATE NAMED INSURED AGENT NO. POLICY NUMBER (12:!H A.M. STANDARD TIME) 13CS0024861 05-11-11 PTM GENERAL ENGINEERING SERVICE, INC. 04787 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS SPECIAL CONDITION For coverage provided in the following endorsements as indicated by an "x" in the box below: ❑ Additional Insured—Owners, Lessees Or Contractors—Scheduled Person Or Organization (CG 20 10). X Additional Insured—Owners, Lessees Or Contractors—Automatic Status When Required In Construction Agreement With You (CG 20 33), X Additional Insured—Owners, Lessees Or Contractors—Completed Operations (CG 20 37). The insurance provided is amended to be (indicated by an "x" in one box below): X Primary and noncontributory. ❑ Primary. ❑ Noncontributory. ❑ If this box is checked, this endorsement applies only to the following additional insured(s): CITYOF FERTORT BEACH.. ALONG %1TTH THEIR OFFICERS. OFFICIALS, AGENTS-HEPRESENTAMTS. EMPLOYEES aNDNOLUNTEF.RS ARE N.iAIED AS:ADDFNONALLYSURED U- 1OB DESCRIPTION'. CYI t-¢ TRAFFTC 51G5dL RFAaF11L1lAT[0\. CONTRACI'NO: 4S I: PINIIOBNO:PI2-01 GLS -2946 (3-10) AUTHORIZED REPRESENTATIVE DATE Page 1 of 1 uO a 1 CIN'TURY-NA,\'Tr-9(0 AL iNsuRA(';CE CC)NII):.Nv POLICY NO.: BAP0175004 BUSINESS AUTO POLICY - ENDORSEMENT PAGE: i CO::TRACTORS BROAER 210.: 122000 POLICY PERIOD: Policy covers FROM 12:54 PM ON 02/09/2012 TO 02/09/2013 ENDORSEMFNT NO,: 56 ENDDRS^MPNT EFFECTIVE DATE : 04./02/2012 FROM 05:46 PDS INSURED: BROILER: FREEWAY ELECTRIC INC CHAIX & ASSOC INS BROILERS INC PTM GENERAL ENGINEERING SVCS INC PO BOX 7745 41 CORPORATE PARK STE 310 RIVERSIDE CA 92503 IRVINE CA 92606-51.81 ADDITIONAL INSURED ENDORSEMENT CN613 5/99 IT IS AGREED THAT INSURANCE AFFORDED BY THE ABOVE POLICY SHALL APPLY TO THE PARTY (S) NAMED BELOW, AS THEIR INTEREST MAY APPEAR BUT SHALL NOT OPERATE TO INCREASE THE LIMITS OF THE COMPANY'S LIABILITY. ANY ADDITIONAL INSURED LANGUAGE ON A CERTIFICATE OF INSURANCE IS VOID. The additional insured named below is only an insured for liability which is the result of an act or omission of the "NAMED INSURED" of the policy and shall have no coverage under this endorsement or the policy for its own acts or omissions, those of its agents or employees, or those of any other person or entity for which it is vicariously liable, save for acts of omissions of the "NAMED INSURED^ of the policy. Further, any insurance provided by this endorsement shall be excess insurance to all other insurance available to any person or entity who becomes an insured by reason of this endorsement whether the other insurance be primary or excess and whether or not the other insurance be collectible. In the event the other insurer has a duty to defend any person or entity added to our policy by reason of this endorsement, we will have no duty to defend that person or entity however, we may elect to do so, and, if we do, we will he entitled to the rights of any person or entity we do defend against the other insurer. fs--t/l By: Authorized RepreseriL/ative ADDITIONAL INSURED CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 92658 Date Printed : 04/06/2012 MAIRA MENA April 02, 2012 PTM GENERAL ENGINEERING SERVICS 5942 ACORN ST RIVERSIDE, CA 92504-1040 , PI Re: Barrett Business Services, Inc. ("BBSI") Letter of Self -Insurance for Workers' Compensation Coverage As the named addressee of this Letter, your company's required workers' compensation coverage is provided through BBSI's state approved Self -Insured Workers' Compensation Plan by way of your co -employment contract with BBSI. BBSI's California customers can also verify BBSI's state certification at http://w\Aw.dir.ca.gov./SIP/sip.html; next, click on "Self Insured Employers"; then "Rosters", then scroll down to Barrett (the list is alphabetical by company name). Additional information is as follows: Insurance Certification Number: California: 2246. 1 Oregon: 1068 Washington: 706, Delaware:1 22 Maryland:1136: Colorado: 463 Other Comments (place an "X' if applicable): ❑X Waiver of Subrogation: BBSI and PTM GENERAL ENGINEERING SERVICS agree to waive their right of subrogation for the benefit of: City of Newport Beach, its elected or appointed officers, agents officials employees and volunteers at FY11- 12 Traffic Signal Rehabilitation, Contract No. 4841 MX Named "Letter Holder": City of Newport Beach 3300 Newport Blvd Newport Beach, CA 92658 X� Other: Coverage Effective Dates: 11/19/11 through 11/18/12; Barrett Business Services will notify City of Newport Beach 30 days in advance of a cancellation of coverage for PTM. Additionally, BBSI's self-insured program is further supported by an excess workers' compensation insurance policy with National Union Fire Insurance Company of Pittsburgh, PA. Copy of certificate is available upon request. For additional information, please contact your local BBSI office at: (909) 890-3633 . Very truly yours, Michael L. Elich BBSI Office: SAN BERNARDINO President and Chief Executive Officer doo: LOSI-2 8100 ENE Porkwoy Drive, Suite 200 Vancouver, Washington 98662 800.4943669 360.828.0700 Fox 360.828.0701 www.barrelfbusiness.com PARTNERS IN PROFITABILITY - -- CERTIFICATE OF LIABILITY INSURANCE IE;.E DAA: PRODUCER (Xlc C[FiiFlLFI [ 13 ISSLE9 A9., Fa LEER OI' IN f ORMA 11011 ONL! THU COON EM ftp R'.Gli I S UEOK lhE CLR CIE ICAI E n.LUEd ROOla3':b'dl IHS CERT IHCJ.IF OD" 10, AMUTAT VLL': 09 IIEGAI' ICELYARENO. ekIE[ , OR ALrE1 IHE W%F9AGE AI'EO901:0 .,1 PE 6ZeClIF C1H,.IlluIlliCC ANem'y <.'O :00 /sC4:C 5..SIO Poll(:r.0, O39RC4-y $l C:N:CS HrlQp.ITISC"11iILAILOf LNSLIKAEICCDOES NDI'COUS-I'Ul',.AvGWIAil dLfY.EEN 771E iliSIOAi iN5u4[11151 AVIHGRULD REPRESENTA(11'E OR PROWLLl, ANO THE reli:EB_AiE:IfiLOG4. 111091;8i.:1ill <altlllca:[Mlhre<R AOOIIionAL INSURED, IM: PPRt1rf:[)m.- < .. enbpr.<G. if suaROf:Aiall is IVAIVEO.:uEIPC IG ICG LNm: ::fd for/!111aV[ al [N[ Po1[)'.4c1[aln pali. .T:ry ".'R ".'Ren CT.GS[cntn.T: L`:<f.[I:t en Jfe [eH/Kele C:'2[ IIVI conlef "I'. IC tCe cel'Jt le hnktt Y. IICY Oi:u<n GPCOI:Gn. enG[) COMPANIES IWORDi':'G COVFflAGE h:PRN'r NSUR6D --. _—_ [rhR tEaZOIEl Uni- . F6'E!M.,anle Cvm.rn•i U;W fir Perk,auV. =trR.>_IY.+ L[f'CIR , H SIA 98�3 JrPAuI r LJMPAIff rti:R 0 COMPANY XI TR E COVERAGES In IIll I CFR NV. IMP. 1 E:1}, R 11011• 1.11 tL Cl L 0 el, It SL-kol Ill". IlPll hal 1. W LCY IEP(JO IHOLC'. I. L lltl IMI 11 11, 1 Pt,Jll f[(lrl- .RWIPlI,JNVIAR➢..V I L.l Cr L11HPCVUI)1('n+r'II if n111M .IIM, 11tl&-i"YPJUI.N.IENi.V.II: IM1SV0. IK«"U10L'J P+ 114,IUllfia,1tCl R,1,, 1x1'1, 1E at W -1AIL1.11Ln5.[}..l.tIfIl!,".A I 111:1.111 DI iL.n TACLHI 11-.11e 511611 aux 1.1 bfill Mr,K iiI >}PU 141r1s. Ei PIRA LU1t-- Iit +"YPP OE INsukA110E Ni. PRER DACE DA L'E ""AL l >RIJ'i GENERAL AWREGe'E -0I i:d RALUN[RAI" a A61Ll PRKr EI'e[ae E\pmJn hR PODUC;SON CPia's AGGREw.[ C=C.ANI1PA:E QOCCIR NIM<.P Cali Oat fER5f1AL4ADVERI[$01CINIU?' OWIER-S A WN THACIORS PRO[ LAO1 OEi.URRiiOCL!M%%,%%i: fATC %K% 9\t .1Y flilc NIIHAU CAP, GPG Or GI 9N%%J.%Y. N[.DICAL EXPENSE It., me O<r[ N SX%FYUJ: IW.1p 00.LE CWR LJll' 11Y AUrD W.61N1'0 SINCL LIMBiK;XY:O: Ol. E I ALL O AV4JS CODILY rllllill(Pe �lY i SCHEOULEAUiOs VOW0 RMA, 1P .tient) 9Y%l%aX t HI'RLU AJ i OS FP iP R '...AGE I Mori Mm. t.105 CL . BION DE IJUCIISIE _J G'.RAGi lin01 L:1'r WH-1RUIENS[CEUEGUCNELE EXCESS•JAOL11) _ UMRREILA16Pii ,iGG0.E441=_ (� OI HER 111111 VMHiV LLA FURM AMRKLK5 COHFENSI:fi.Y S:S,IIOII.000 11.11 A "%(D 8,660,WE (F.AUi XCIDENIt [.MPLOYERS LiL61,1H, ,Ji}j5 y_I_'1]j[ I(I)G:'Ii 51,000600 I?DISEASE IMKI U.'1'1 Lf 6GD.W6 `1015EASE EACH EMPLOY'EEI O I'tt€R C6velen UAW1 - CA. DE, OR, WA VESCP,l PTION Of OPERAIIONS; LOCATIONS: VEHIC'.LLS IAU.fi ACORD 10E, AdditM,,.l Renl:vks Seht dHle, if rmre s4ace is rc.W,r d.! Lwiti :h1 Al al-3bova 3 SMOD'DDIJ EE6-In EUI'v4, LfAo[IC'ir. CHRTIPICA IF JID1 ER CANCELLAI LON This wftl 111 rtin4RS 1:9L bAnk LNLLDXIIIU!InE!aIIh OESCRL:6 PO:KIES M WLELL:b PEE C InE 2r10wiicR Ille `ell Gl, ".110 .ILL BE W_,WEAE.[ 14 1CtYX1AE14'11.1 Ili RUUCY VOV'A:19R: Ue.I R�quu-.YYW / R Gcaybeal, CPCU, ARK doe: COI -I = CITY OF = o� e NEWPO �9.FoxN'P City Council Staff Report Agenda Item No. 7 u uV April 10, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949-644-3311, sbadum@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer APPROVED:, 0. TITLE: FY2011-2012 Traffic Signal Rehabilitation Project — Award of Contract No. 4841 ABSTRACT: Staff received construction bids for the FYI 1-12 Traffic Signal Rehabilitation Project and is requesting City Council's approval to award the work to PTM General Engineering Services, Inc. RECOMMENDATIONS: 1. Approve the project drawings and specifications; 2. Award Contract No. 4841 to PTM General Engineering Services, Inc., for the total bid price of $547,050 and authorize the Mayor and City Clerk to execute the contract; 3. Establish a contingency of $55,000 (approximately 10 percent) to cover the cost of unforeseen work; and 4. Approve Budget Amendment No. 12BA- 030 transferring $233,000 in project savings from Account No. 7261-C3002009 to Account No. 7261-C3001007. FUNDING REQUIREMENTS: The Budget Amendment transfers $233,000 in projects savings in the current Capital Improvement Program budget (Account No. 7261-C3002009) to Account No. 7261- C3001007 for Traffic Rehabilitation. Project savings were realized from Phase 5 of the Traffic Signal Modernization Project. FY2011-2012 Traffic Signal Rehabilitation Project — Award of Contract No. 4841 April 10, 2012 Page 2 Proposed sources are as follows: Account Description Account Number Gas Tax 7181-C3001007 Transportation and Circulation 7261-C3001007 Proposed uses are as follows: Vendor PTM General Engineering PTM General Engineering DISCUSSION: Total $ Work Description Contract $ Construction Contingency $ Total $ Amount 369, 050.00 233,000.00 602,050.00 Amount 547,050.00 55,000.00 602,050.00 At 10:00 a.m. on March 20, 2012, the City Clerk opened and read the following bids for the FY11-12 Traffic Signal Rehabilitation Project: BIDDER Low Steiny and Company, Inc. 2 PTM General Engineering Services, Inc. 3 California Professional Engineering, Inc. 4 Dynalectric 5 Sully -Miller Contracting Co. 6 Pro -Tech Engineering Corp. 7 J.F.L. Electric, Inc. TOTAL BID AMOUNT $519,236.00* $547,050.00 $556,394.00 $576,519.00 $594,760.00 $598,875.00 $625,198.50 *As -read amount: $546,584.00 ** As -read amount: $625,684.50 The apparent low bidder, Steiny and Company, Inc., had a mathematical error within their written proposal resulting in a significant reduction from their intended construction cost. Due to this discrepancy, Steiny and Company, Inc., withdrew their bid for this project. Therefore, staff recommends awarding the contract to the next low bidder, PTM General Engineering Services, Inc., for the bid price of $547,050.00. The bid amount is approximately nine percent below the Engineer's Estimate of $596,000.00. FY2011-2012 Traffic Signal Rehabilitation Project —Award of Contract No. 4841 April 10, 2012 Page 3 Work for this contract includes rehabilitation of traffic signals at the following intersections: 1. Coast Highway/Jamboree Road; 2. Jamboree Road/Ford Road-Eastbluff Drive; and 3. Superior Avenue/Placentia Avenue. Rehabilitation of the traffic signals includes replacement of essential traffic signal equipment and infrastructure to ensure reliability of the traffic signals. As needed, additional improvements at these locations will include installation of ADA -compliant curb ramps and roadway striping enhancements. During construction of the Superior Avenue/Placentia Avenue traffic signal, protected left -turn phasing will be added to the Eastbound and Westbound Placentia Avenue movements. This improvement will enhance the flow of vehicles turning left from Placentia Avenue onto Superior Avenue. In addition to rehabilitation work at the intersections listed above, countdown LED pedestrian signals will be installed at signalized intersections within Corona del Mar. Intersections along Coast highway from Avocado Avenue to Poppy Avenue will also receive these pedestrian improvements. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: 'J' ( Stephen G. Badum Public Works Director Attachment: A. Project Location Map IF My of Newpo#1 Bead BUDGETAMENDMENT 2011-12 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 12BA-030 AMOUNT: $233,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance FJ No effect on Budgetary Fund Balance To transfer savings in expenditure appropriations from the Phase 5 Traffic Signal Modernization project to the FYI 1-12 Traffic Signal Rehabilitation project to award contract with PTM General Engineering Services. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Division Number Account Number Signed: // u Signed: Finance Director -> G-- ��, Approval: City Amount Debit Credit $233,000.00 $233,000.00 7� Date Date Signed: City Council Approval: City Clerk Date Description Division Number 7261 Transportation and Circulation Account Number C3002009 Traffic Signal Modernization Phase 5 Division Number 7261 Transportation and Circulation Account Number C3001007 Traffic Signal Replacement Program Division Number Account Number Signed: // u Signed: Finance Director -> G-- ��, Approval: City Amount Debit Credit $233,000.00 $233,000.00 7� Date Date Signed: City Council Approval: City Clerk Date